DOCUMENT
66 -- VA258-16-AP-3421 Blood Gas Reagents - Attachment
- Notice Date
- 8/31/2016
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
- ZIP Code
- 85014
- Solicitation Number
- VA25816N0904
- Response Due
- 8/5/2016
- Archive Date
- 8/20/2016
- Point of Contact
- SUBMIT RESPONSES VIA EMAIL - dena.hallaren@va.gov
- E-Mail Address
-
ts
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- THIS IS A SOURCES SOUGHT NOTICE. This is NOT a request for proposals. A solicitation will not be issued at this time. Northern Arizona VA Health Care System (NAVAHCS) is in need of two automated Blood Gas, CoOximetry with Chemistry tests analyzer(s) to conduct a variety of diagnostic tests for our patient population. Blood Gas and CoOximetry analysis currently being performed on Abbott iSTAT and GEM OPL analyzers which require twice the amount of patient blood sample. NAVAHCS is in need of a system which performs Blood Gas, CoOximetry and chemistry blood analysis as a one step process with minimal patient sample volume. The current blood gas analysis system is out of date and is not connected to the HIS/LIS therefore a computer interface/middleware to transmit data is required. A computer interface/middleware will greatly reduce manual data entry errors used in the current method. Included are estimated annual volumes for all testing (see 2. Scope of Contract - line f ) At a minimum, the vendor must be able to supply equipment/analyzers, supplies, reagents, technical telephone support, onsite technical repairs, training, advance training, software, LIS technical support, and a RapidComm 5.0 or newer version computer/interface/middleware to meet the following requirements. The Statement of Work (SOW) defines the effort required for the purchase and delivery of the system to the Tucson VA. 1.Unique Features: a.The vendor shall provide the most current blood analysis combined platforms available. b.The vendor will provide the facility with Food and Drug Administration (FDA) 510K approved analyzer/equipment, reagents, controls, calibration materials, disposables, and any consumable parts necessary for analyzing/testing on both the primary and back-up analyzers. c.Primary and back-up equipment shall be provided. Both primary and back-up systems must be capable of performing the Basic Tests Required (see Scope of Contract #6)) to provide mirror image redundancy for all basic tests (i.e. same equipment back up). Tests shall be vendor supported. d.Equipment shall have accurate capability of monitoring reagent usage and provide reagent inventory upon request, in real time. e. The vendor shall provide/install any routine and special items required to operate/maintain the equipment/analyzer in optimal condition such as but not limited to: printers, drainage systems, UPS, and surge protectors. Also, to include any engineering controls necessary to maintain proper operating temperature. Any items excluded by the vendor shall be delineated in their technical proposal. The cost of the excluded items shall be incorporated in the price proposal. f.Basic Tests Required - The vendor's proposal must include a solution for performing the following tests. Quantities as listed are estimated based upon prior history of actual volumes and are not a guaranteed minimum. Deliverables Estimated Annual Quantities Ionized Calcium100 Chloride500 Glucose500 Potassium500 Sodium500 Lactic Acid/Lactate250 pH500 pCO2500 pO2500 Total Hemoglobin (tHb)500 SO2100 O2Hb100 HHb100 COHb100 MetHb100 3. EQUIPMENT FUNCTIONALITY a.All analyzers must have primary tube sampling capability. b.The analyzers must have a comprehensive QC Program for all tests which includes at a minimum the following options: i.QC files may be edited or corrected for errors manually with/without password protection ii.On-board quality control data storage and reporting capabilities iii.The ability to view and print daily and monthly QC results iv.The ability to view and print Levey Jennings graphs v.On-line documentation of out of range QC vi.Westgard rules (or other QC acceptance criteria) built in c.System shall have user defined panel capabilities. d.System shall accept whole blood venous, whole blood arterial and pleural fluid samples. e.System shall have a design that removes the possibility of reagent or sample carryover. f.Carryover studies shall be performed, as applicable, as part of the initial evaluation of the instrument. Vendor shall provide interpretation of raw data for each instrument installed. Vendor shall also provide documented evidence confirming the system design removes the possibility of any reagent or sample carryover. g.System shall have positive sample identification to reduce possible sources of error/delay and to improve laboratory efficiency. h.System shall have the ability to perform blood gas related calculations, and ability to enter user defined demographics and parameters. i.Equipment shall be able to store and retransmit records (24 hours of maximal instrument throughput) in case of interface downtime. j.Interfacing requirements to be provided by the vendor: i.Instrument LIS physical connection and translation (drivers). Must be compatible with VISTA/CPRS. ii.Any additional hardware and software needed to interface the analyzer and technical assistance with interfacing the analyzer iii.Instrument-LIS interface at a minimum must be uni-directional and preferred bi-directional. iv.RapidComm LIS interface must have: (a)Operator Management (b)QC lockout feature (c)Quality Control reports (d)Interface other point of care devices (e)Remote access to analyzers on the LIS system k.Vendor shall list the reagents and calibrators that require any additional preparation prior to use such as warming/mixing/reconstitution. 4. INSTALLATION AND VALIDATION a.Vendor shall move instruments, at no additional charge to the government, to final testing location upon completion of validation process. b.Vendor shall provide the facility with all cross-over supplies and reagents needed at installation and during training of staff. Test counts for billing will begin after review/approval of all correlation/linearity studies performed at installation. c.The vendor shall provide at installation/set-up and when bringing new tests on-line, a technical support specialist who shall perform all validation studies including: installation/set-up, correlation studies (evaluation/comparison data sufficient to satisfy CAP standards) normal range studies, staff training, in-services to respiratory, laboratory and nursing personnel and clinicians, and assist with any methodology problems and questions. This service shall be available during regular office hours on a 5 days/week basis. d.Throughout the life of the agreement, the vendor shall provide assistance to the user in setting up and maintaining/trouble shooting. 5. TRAINING a.The vendor shall provide initial user training for all users on all tours with competency assessment performed and documented. b.Vendor shall provide/install/train users on any data management system with either off site or in house training. c.Vendor shall provide all necessary procedure manuals, troubleshooting manuals and operator manuals (also available on computer disk format). Procedures shall be in the Clinical and Laboratory Standards Institute (CLSI) format. 6. SERVICE AND MAINTENANCE a.Instrument support service shall provide assistance with troubleshooting and repair of the analyzers. On-site service shall be available Monday through Friday during regular business hours (8am-5pm). If testing is unavailable due to analyzer malfunction (i.e. - all analyzers are not working) the vendor will provide on-site service 24 h/day - 7 days a week. The support service shall follow-up all down time calls within 1 hour. b.The vendor shall provide a twenty-four hour/seven-day service hotline with technical support. c.The vendor shall provide a preventative maintenance schedule to include timely scheduled vendor preventative maintenance visits as required. d.Vendor shall provide standard and routine software and hardware upgrades to the equipment hardware and operating systems, without addition charge (e.g. upgrades that correct or improve either the mechanical operations or software of the system and would keep the instrument performing optimally). e.Vendor shall define daily, weekly, monthly, and as needed maintenance and the time required to perform each maintenance task. Vendor shall indicate which tasks are user level and which are service level. f.For reagents with hazardous constituents, vendor shall provide a mechanism for the Laboratory to meet local discharge requirements. The vendor shall supply information regarding any hazardous chemicals. g.Vendor shall provide standard and routine software and hardware upgrades to the equipment hardware and operating systems, without additional charge to the Government (e.g. upgrades that correct or improve either the mechanical operations or software of the system and would keep the instrument performing optimally). 7. OTHER SPECIFICATIONS a.Assessment of testing needs/menus shall be evaluated as needed by the Ancillary Testing Coordinator (Laboratory) with communication to the vendor to receive pricing. There shall be easy assimilation for new tests into the pricing test lists without the need for line item additions to the agreement. b.Request for instrumentation upgrades or replacement due to workload increase, excessive instrumentation failures/malfunctions, breakdowns, or service calls shall be evaluated as needed/annually by the laboratory with communication to the vendor for modification of the contract. A high incidence of such problems with any equipment/analyzer supplied may indicate probable non-compliance with the terms of this contract and will entitle the facility/clinic to its replacement with another analyzer(s) that can produce the required criteria satisfactorily to the user. c. The vendor shall remove all equipment within 90 days after notification of the expiration of the terms of this agreement but not until the completion of new vendor's equipment installation inclusive of completed cross over studies. Vendor shall be responsible for removing the hard drive and turning it over to the VA for destruction prior to removal of any analyzer. d.The vendor shall reimburse the facility for any costs/supplies related to tests sent to a referral laboratory when testing is not available through no fault of the facility due to reagent problems, other product issues, instrumentation failure, or other factors. The assessed damages shall be applied to the invoice in the form of a credit or deduction. e.In the event that the any consumable, reagent, or other necessary item are found to be defective and unsuitable for use with the vendor's equipment, or the contractor has failed to comply with the requirements for routine supply delivery, the contractor shall deliver the consumable supplies within a period of 24 hours after receipt of the verbal order for priority delivery from the facility. If either circumstance has occurred, the vendor shall deliver to the facility, in the most expeditious manner possible, without additional cost to the facility, the necessary consumables in sufficient quantity so testing is not delayed. f.This contract should assist NAVAHCS to pursue the goal of being a good steward in our community by eliminating, minimizing or mitigating adverse environmental impacts. This contract shall "be green," by eliminating, minimizing or mitigating adverse environmental impacts g.The following chemicals have been targeted by the EPA specifically for reductions and feasible elimination. Please list any reagents (and in what concentration) that contain the following chemicals: BenzeneCarbon tetrachloride ChloroformDischloromethane Methyl ethyl ketoneToluene Methyl isobutyl ketoneXylenes Tetrachloro-ethyleneCadmium 1,1,1-Trichloro-ethaneChromium Trichloro-ethyleneCyanide LeadMercury Nickel 8. SPECIFIC TASKS: The contractor shall provide service for the implementation, validation, training, reagents, supplies and consumables, technical support, on-site technical repair, parts, technical consultation for the operation of (2) blood gas analyzers and RapidComm 5.0 computer/interface/middleware system. a.Hours of Operation: The contractor is responsible for conducting business, between the hours of 8:00 am and 5:00 pm Monday thru Friday except Federal holidays (https://www.opm.gov/policy-data-oversight/snow-dismissal-procedures/federal-holidays/ ) or when the Government facility is closed due to local or national emergencies, administrative closings, or similar Government directed facility closings. For other than firm fixed price contracts, the contractor will not be reimbursed when the government facility is closed for the above reasons. The Contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS when the Government facility is not closed for the above reasons. When hiring personnel, the Contractor shall keep in mind that the stability and continuity of the workforce are essential. b. Post Award Conference/Periodic Progress Meetings: The Contractor agrees to attend any post award conference convened by the contracting activity or contract administration office in accordance with Federal Acquisition Regulation Subpart 42.5. The contracting officer, Contracting Officers Representative (COR), and other Government personnel, as appropriate, may meet periodically with the contractor to review the contractor's performance. At these meetings the contracting officer will apprise the contractor of how the government views the contractor's performance and the contractor will apprise the Government of problems, if any, being experienced. Appropriate action shall be taken to resolve outstanding issues. These meetings shall be at no additional cost to the government. c. Contracting Officer Representative (COR): The (COR) will be identified by separate letter that will outline duties upon award. d. Phase IN/OUT PERIOD: To minimize any decreases in productivity and to prevent possible negative impacts on additional services, the Contractor shall have personnel on board, during the 90 day phase in/ phase out periods. During the phase in period, the Contractor shall become familiar with performance requirements in order to commence full performance of services on the contract start date. e. Place of Performance Northern Arizona VA Healthcare System Pathology and Laboratory Medicine Service (113) 500 Hwy 89 Building 107 Prescott, Arizona 86313 9. Period of Performance and Estimates Base Year: 10/1/ 2016 - 09/30/2017 Option Year One (1): 10/1/2017 - 09/30/2018 Option Year Two (2): 10/1/2018 - 09/30/2019 Option Year Three (3): 10/1/2019 - 09/30/2020 Option Year (4): 10/1/2020 - 09/30/2021 a. The Base year of this order will cover the period of 1 Oct 2016 through 30 September 2017 ITEMIZED LIST FOR Base Year (Estimated Quantities): DeliverablesEstimated Annual Quantities Unit PriceTotal Amount Ionized Calcium100 Chloride500 Glucose500 Potassium500 Sodium500 Lactic Acid/Lactate250 pH500 pCO2500 pO2500 Total Hemoglobin (tHb)500 SO2100 O2Hb100 HHb100 COHb100 MetHb100 Estimated Annual Total for Base Year: 10/1/ 2016 - 09/30/2017 $ b. Option Year One (1) will cover the period of 1 Oct 2017 through 30 September 2018 ITEMIZED LIST FOR Option Year 1 (Estimated Quantities): DeliverablesEstimated Annual Quantities Unit PriceTotal Amount Ionized Calcium100 Chloride500 Glucose500 Potassium500 Sodium500 Lactic Acid/Lactate250 pH500 pCO2500 pO2500 Total Hemoglobin (tHb)500 SO2100 O2Hb100 HHb100 COHb100 MetHb100 Estimated Annual Total For Option Year One (1): 10/1/2017 - 09/30/2018$ c. Option Year Two (2) will cover the period of 1 Oct 2018 through 30 September 2019 ITEMIZED LIST FOR Option Year 2 (Estimated Quantities): DeliverablesEstimated Annual Quantities Unit PriceTotal Amount Ionized Calcium100 Chloride500 Glucose500 Potassium500 Sodium500 Lactic Acid/Lactate250 pH500 pCO2500 pO2500 Total Hemoglobin (tHb)500 SO2100 O2Hb100 HHb100 COHb100 MetHb100 Estimated Annual Total For Option Year Two (2): 10/1/2018 - 09/30/2019$ d. Option Year Three (3) will cover the period of 1 Oct 2019 through 30 September 2020 ITEMIZED LIST FOR Option Year 3 (Estimated Quantities): DeliverablesEstimated Annual Quantities Unit PriceTotal Amount Ionized Calcium100 Chloride500 Glucose500 Potassium500 Sodium500 Lactic Acid/Lactate250 pH500 pCO2500 pO2500 Total Hemoglobin (tHb)500 SO2100 O2Hb100 HHb100 COHb100 MetHb100 Estimated Annual Total For Option Year Three (3): 10/1/2019 - 09/30/2020$ e. Option Year Four (4) will cover the period of 1 Oct 2020 through 30 September 2021 ITEMIZED LIST FOR Option Year 4 (Estimated Quantities): DeliverablesEstimated Annual Quantities Unit PriceTotal Amount Ionized Calcium100 Chloride500 Glucose500 Potassium500 Sodium500 Lactic Acid/Lactate250 pH500 pCO2500 pO2500 Total Hemoglobin (tHb)500 SO2100 O2Hb100 HHb100 COHb100 MetHb100 Estimated Annual Total For Option Year Four (4): 10/1/2020 - 09/30/2021$ Northern Arizona VA Health Care System: VAMC: 500 North Highway 89 Prescott, AZ 86313-5001 The applicable NAICS code is 334516/1K - ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING. Small Business manufacturers for this NAICS code have a size standard is not applicable. The resulting contract will be a firm fixed price order. The term of the contract is intended to be 30 calendar days ARO, with no options included. It is anticipated that a Request for Quotes will be issued in September 2016. Award of a firm fixed price contract is contemplated by September, 2016. This notice is published to conduct market research to determine if there is a sufficient number of certified Service Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), Small Businesses (SB), or Large Business capable of performing the requirements to warrant a socio-economic set-aside or full & open competition. It is strongly recommended that interested parties register in the US Department of Veterans Affairs Vet Biz database and the Small Business Administration (SBA) database. Registration may be accomplished at http://www.vip.vetbiz.gov/ and www.sba.gov/, respectively. Interested parties responding to this sources sought request shall submit the following information at a minimum: (1) company name and address, point of contact with phone number, and DUNS number; (2) documentation relating to capability of performance of residential renovation projects (including references); (3) intentions of subcontracting program to include set-asides; (4) proof of registration in the VA Vet Biz or SBA websites or intention of registration prior to submission of offers to a solicitation; (5) documentation on company's bonding capacity and limitations; and (6) any other pertinent company documentation. The response date to this Sources Sought notice is September 5th, 2016 at 7:30 pm EST time. This market research is for informational and planning purposes only to determine if a socio-economic set-aside, or full & open competition, or sole-source procurement is appropriate. The Government will not pay any costs for responses submitted. Electronic submissions are acceptable via dena.hallaren@va.gov. Hard copy submissions are acceptable to VISN 18 Network Contracting Office; 777 E Missouri Ave, Suite #300, Phoenix AZ 85014. NO ADDITIONAL INFORMATION IS AVAILABLE OTHER THAN WHAT IS NOTED HEREIN. ALL FIRMS ARE INSTRUCTED NOT TO CALL THE INDIVIDUAL VA MEDICAL CENTERS REQUESTING MORE INFORMATION.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25816N0904/listing.html)
- Document(s)
- Attachment
- File Name: VA258-16-N-0904 VA258-16-N-0904.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2979899&FileName=VA258-16-N-0904-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2979899&FileName=VA258-16-N-0904-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-16-N-0904 VA258-16-N-0904.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=2979899&FileName=VA258-16-N-0904-000.docx)
- Record
- SN04248700-W 20160902/160831235226-479b86d8deecfb1faca6a842f03bdb32 (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 |