DOCUMENT
Q -- Hematology BPA - Attachment
- Notice Date
- 5/17/2016
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
- ZIP Code
- 98662
- Solicitation Number
- VA26016N0505
- Response Due
- 5/23/2016
- Archive Date
- 8/21/2016
- Point of Contact
- Jayme T Defae
- E-Mail Address
-
2-9872<br
- Small Business Set-Aside
- N/A
- Description
- This is a SOURCES SOUGHT NOTICE for market research purposes only to determine the availability of potential businesses with capabilities to provide the services described below. Potential offerors are invited to provide feedback via e-mail to Jayme Defae at Jayme.Defae@va.gov and Adrienne Umathum at Adrienne.Umathum@va.gov. Responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. All responses due by 23 May 2016 at 1600 PDT. The intended contract period is a one-year base period plus (4) four one-year option periods. Potential contractors shall provide, at a minimum, the following information to Jayme Defae at Jayme.Defae@va.gov and Adrienne Umathum at Adrienne.Umathum@va.gov. 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. Anticipated North American Industry Classification System (NAICS) code is 334516 - Analytical Laboratory Instrument Manufacturing. The largest a firm can be and still qualify as a small business for Federal Government programs is no larger than $15.0 Million. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Veteran Owned Small Business (VOSB) [ ] yes [ ] no Other (please specify) 3) What types of information is needed to submit accurate offers? 4) Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concern the draft SOW below. (i.e., problems or any other issues experienced with similar contracts). Include comments on the Draft SOW. 5) How is the service, as described in the draft SOW typically priced? How could it be priced for a Government contract? 6) Provide a brief capability statement (max 2 pages) with enough information to determine if your company can meet the requirement. The Capabilities Statement for this sources sought is not expected to be a Request for Quotations, Request for Proposals or Invitation for Bids, nor does it restrict the Government to an ultimate acquisition approach, but rather the Government is requesting a short statement regarding the company's ability to provide the services outlined in the draft SOW below. Any commercial brochures or currently existing marketing material may also be submitted with the capabilities statement. Submission of capabilities statement will assist our office in tailoring the requirement to be consistent with industry standards. The capabilities will be evaluated solely for the purpose of determining to Set-Aside for the Small Business (SB) Community or to conduct as an Unrestricted Procurement. Other than small businesses may respond to this notice in the event the market does not indicate SB interest. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for information solicited. Respondents will not be notified of the results of the evaluation. The DRAFT Statement of work as follows: STATEMENT OF WORK (SOW) Scope of work - Hematology Cost per Reportable Result, Reagents and Lease of Instrument. A.PROJECT SCOPE: The department of Veteran Affairs Veterans Integrated Services Network (VISN) to include, all medical centers and outpatient clinics in Washington, Oregon, Idaho and Alaska for Hematology laboratory equipment as identified in the following. Performance of Hematology testing at VA Medical Centers in VISN20, Installation and operational training will be provided by Vendor at Customer's facility. Vendor will provide Field Service Support for the term, of a base period and 4 one year option periods. Vendor will also supply Customer with all supplies, reagents and training for the performance of pre-determined testing by each site patient results per month. Equipment is defined in per facility. B.CONTRACTOR RESPONSIBILITES: 1.The Contractor will be responsible for the following: a.Cost per Reportable Result Program (CRRP). b.Rental Hematology Analyzer(s) for performance of Hematology testing at any VA Medical centers in VISN20. c.Primary and Back up instruments will be provided as necessary for each facility all back up instruments will have automated Complete Blood Count testing with 5 part differential and Reticulocyte testing. d.The analyzers will be LIS (Laboratory Information System) interface able which means that the system used will have the ability to talk to our system and download results into the patient medical record. The vendor will supply LIS specifications and assist with the interface connections. e.Instruments will have remote access capability through the internet. f.The analyzers will have programmable rules and/or rule packages that alert the operator to abnormal, critical or reflex testing parameters allowing automated repeats based on predefined criteria. g.The Quality Control Software on the analyzers and ancillary computers are windows based or equivalent and offers presentation of data to the operator. h.The analyzers will have minimal maintenance required. C.EQUIPMENT: The contractor shall offer models of hematology systems that shall be capable of determining the appropriate and most cost-effective means to conduct hematology analysis as well as the following characteristics: D.REAGENTS, CONTROLS AND SUPPLIES : 1.Routine Reagents, controls and Disposables (supplies) for Hematology (Complete Blood Count (CBC) and Reticulocyte testing) and body fluid testing will be provided by vendor. 2. A separate table will be provided by the vendor that lists all supplies (reagents, controls and Disposables) with all charges and shipping dates for quarterly shipping of standing orders. 3.Reagents for the analyzer are marked for easy recognition by the operator. 4.Vendor will supply a list of reagents, stains for slide Stainer, controls and disposables that will be shipped as part of the agreement. 5.Supplies will be shipped on a standing order schedule, agreed upon by Customer and Vendor. All or part of a future quarterly Standing order may be advanced up to 10 days ahead of the scheduled ship date of the standing order. 6.Other Special orders are subject to shipping charges. 7.Vendor will provide sufficient reagents and supplies for performance of patient results for all VISN 20 sites. Consumables will be provided on demand as needed if the consumable allotments are insufficient to meet the needs of the facility. 8.Additional Supplies may be purchased according to the agreed price schedule. Customer may order additional supplies as required, at the prices will be listed in a table. 9.Vendor will supply all Changes in maintenance schedules that affect reagent or cleaning reagent volumes will be changed by the Vendor in accordance with manufacturer's recommendations. 10.Excluded disposables Printer paper, printer cartridges, service items, such as pick-up tubes. 11.Excluded slides, slide labels, and printer ribbons for instruments that have separate Slide Stainer. 12.Excluded Control materials and calibrators not provided/ manufactured by the vendor. E.SERVICES: 1.The contractor shall provide telephone number(s) and contact person to be used by the VAMC for technical issues. a.Warranty and Post Warranty Service of all instrumentation. b.Vendor will provide Field Service Support for the term of the agreement c.Vendor provides service 24 hours 7 days via toll free hot line. d.Vendor supplies all replacement parts (excluding accessories and disposables) after warranty 1 year period. e.Vendor will supply service agreements which will be identified at the task order, these service agreements Comprehensive with 24 /7 on site response, basic, 24 hr. onsite Monday- Friday. Available for life of agreement. f.Preventive maintenance will be scheduled according to manufacturer's recommendations for each instrument no less than every 6 months. All repairs will be invoiced to the customer on the agreed to price list. g.Parts and supplies shall be available from 7 years after the discontinuance of the manufacturer of the instrument. h.Includes Software upgrades and all accessories including printers. F.UPTIME GUARANTEE/PERFORMANCE PENALTY: 1.Vendor agrees that all equipment provided shall be operable no less than 98% of operational time. Each instrument at each site shall be computed separately. a.Operational time is 24 hrs. a day 7 days a week. b.Downtime is defined as when a customer is not able to produce clinically acceptable results on the system monitor and will be computed from the time the customer notified the hotline during normal working hours until the Field Service Engineer returns the instrument to the customer and the customer can produce acceptable clinical results. Scheduled maintenance is excluded from downtime. c.Vendor will provide a Downtime Summary report of instrumentation prior to the contract. G.OTHER SERVICES: 1.Once the instrument has been installed according to the Vendor specifications at the customer location the vendor will supply a technical representative to assist with method validation studies 2.The Method validations will be completed the necessary studies required for Clinical Laboratory Information Act (CLIA),College of American Pathologists (CAP) and Department of Veterans Affairs (VA)regulatory agencies and shall include precision, linearity, reproducibility, carryover and current system to new system correlations as well as establishment of normal and therapeutic ranges. Validation studies will be presented in binders and include the necessary Laboratory staff approval and dates. The VA will not accept equipment until it passes initial validation testing. 3.The VA will provide all the samples necessary for the validation studies. H.TRAINING: 1.The Contractor shall provide, at no cost to the government, two (2) technical operator training slots for each instrument per facility within the first year with one provider prior to instrument installation. The training will include all travel (to and from training center), hotel, per-diem, tuition and books. 2.Contractor will provide one (1) additional off-site training each consecutive year after initial training per instrument to include tuition, training materials, airfare, lodging, meals, and transportation to and from the training facility. Additional on-site training shall be provided as needed, at no additional cost, as needed by the Government. 3.The contractor will have an on-going training program for VISN 20 employees by the technical service representatives on any new products or updates on the product lines. All materials for training will be provided at no additional cost to the Government. 4.The vendor will provide competency assessments protocols for use at each site consistent with federal (CLIA) and CAP training requirements. I.COST PER REPORTABLE PARAMETERS (CPRR): 1.The pricing and terms of this agreement will be bound by the Federal Supply Schedule contract between the vendor and the medical equipment division of the Department of Veterans Affairs. 2.The calculation for price and quantity of reagents in the Annual list included in the agreement as based on an estimated annual number of reportable results provided by the customer. The quantities of the annual supply needs are supposed to cover the customers as long as the customer performs reportable results in compliance with the following parameters: a.Numbers of reportable results actually performed by the customer are within ten percent of the annual estimated reportable results as indicated by the annual Supply list. b.Use of the instrument(s) are in accordance with instrument usage information provided by customer (Primary, Back-up or Alternate). c.Test volumes are determined by the customer. d.No more than ten percent repeats. e.Three levels of quality control to be run every 8 hours per test, every test day. f.Calibrators for periodic calibration checks and demand to validate systems following either major repair or resolution of negative quality control trends. J.VALUE ADDED ITEMS: 1.Uninterruptible power Supplies (UPS). 2.Operating Manual for each analyzer at the time of installation. 3.Printer and maintenance for printer at each location; (printers shall be replaced if inoperable. K.ADJUSTMENT TO THE CPRR: 1. The Customer and vendor will conduct ongoing reviews no less than every 6 months to monitor contract performance against agreed upon efficiencies, operational assumptions and product utilization (CPPR parameters). 2.The Vendor will notify the customer when such reviews indicate and adjustment to the quarterly standing order shipments may be required. The customer will cooperate with the vendor in the conduct of the reviews. 3.The contractor, their personnel, and their subcontractors shall be subject to the Federal laws, regulations, standards, and VA Directives and Handbooks regarding information and Information system security as delineated in this contract.839.201 Contract Clause for Information and Information Technology Security. L.SALIENT CHARACTERISTICS: 1.Size of instrumentation is small footprint (40" W X 24"D) table top models and other configurations available as needed. 2.Body Fluid Capabilities are FDA approved assays. 3.Instruments have single aspiration pathway. 4.Analyzer programmable features allow for reduced need for manual differentials. 5.Available slide maker and strainer on selected units. 6.Available interconnect ability for selected units. 7.Ability to connect to "Cellavision" Thank you for your participation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/c213dfc3b92a497df5ae1c9e43cd2226)
- Document(s)
- Attachment
- File Name: VA260-16-N-0505 VA260-16-N-0505.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2738917&FileName=VA260-16-N-0505-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2738917&FileName=VA260-16-N-0505-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA260-16-N-0505 VA260-16-N-0505.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2738917&FileName=VA260-16-N-0505-000.docx)
- Record
- SN04119690-W 20160519/160517235022-c213dfc3b92a497df5ae1c9e43cd2226 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |