Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
DOCUMENT

66 -- 667-17-3-059-0253 - Lease of Immunostainer - VA256-17-AP-2834 - Attachment

Notice Date
1/10/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Overton Brooks VA Medical Center (90C);510 East Stoner Avenue;Shreveport LA 71101
 
ZIP Code
71101
 
Solicitation Number
VA25617Q0207
 
Response Due
1/27/2017
 
Archive Date
4/27/2017
 
Point of Contact
Paul G Filhiol
 
E-Mail Address
0-4088<br
 
Small Business Set-Aside
N/A
 
Description
11 | Page TECHNICAL SPECIFICATIONS/STATEMENT OF WORK FOR IHC STAINER, REAGENTS, RELATED STAINS, ANTIBODIES, CONSUMABLES, AND SERVICE CONTRACT 1 | Page DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. This is a Request for Information. Accordingly the Governments intent is to conduct market research and provide notice to industry of its intent to solicit for certain services. Any information submitted by and obtained from industry as a result of this notice may be used in the development of the final Performance Work Statement and included in the actual solicitation. The Government has therefore included a draft copy of the PWS and is actively seeking feedback from industry regarding: Feasibility of the requirement Appropriateness of the NAICS Code Approach to Implementation Performance Work Statements Any other industry concerns or questions The Department of Veterans Affairs, Overton Brooks VA Medical Center, Shreveport, LA has a requirement for (IHC Stainer Analyzer Machine). Please see attached Statement of Work. The anticipated NAICS code is 325411 All respondents please advise if your organization is a distributor of requested equipment or a manufacturer of requested equipment. Performance Period: The Period of Performance for this service is a base period of 12 months with 4 one year options under a lease of equipment. Set-Asides At this time the government is requesting information in order to provide a final determination related to set aside. Upon review of the market research and coordination of appropriate parties a determination will be made. If the requirement is set-aside proposals must clearly demonstrate the prime contractor will perform at least 51% of all work. Questions: All questions and comments should be submitted to Paul Filhiol via email at paul.filhiol@va.gov by noon (CST) on 27 January 2017. The purpose of this contract is to provide one Immunohistochemical Stainer, all reagents, related stains, antibodies, consumables, and a service contract to Overton Brooks VA Medical Center, 510 E. Stoner Ave, Shreveport, LA 71101. The above items are necessary to produce quality stained slides which are evaluated by pathologists and aid in making patient diagnosis. This is an upcoming need for the Histology section of the Pathology and Laboratory Medicine Service. BASIC REQUIREMENT: The Contractor shall provide a lease agreement for a new Immunohistochemical stainer to the Overton Brooks VAMC Pathology and Laboratory Medicine Histology Section. The Contractor shall provide the Instrument, the necessary PC and printer, reagents and reagent kits. The Contractor shall include a warranty and service contract for the instrument for the duration of the lease agreement. The Overton Brooks VA Medical Center Histopathology Laboratory is staffed 12 hours per day, 5 days per week and shall have STAT capabilities for certain testing, as well as, routine testing capabilities 7 days per week. The Contractor shall be responsible for installation, set-up and calibration of the instrument. The Contractor shall provide local on-site training for all histopathology staff and offsite training for one histopathology staff. Salient Characteristics Immunohistochemistry Instrument: The instrument shall produce at minimum 30 high quality immunohistochemical slides within 3 hours of beginning a protocol and have a continuous load feature. The instrument shall be free-standing and shall not exceed 34 in width as to accommodate our limited space. The instrument shall be front loading due to space constraints. The instrument shall perform all steps in the immunohistochemical reaction processes needed once a slide is loaded until the entire protocol has been completed and the slide is ready to be removed, coverslipped and delivered to the pathologist. The instrument shall provide a mechanism that will allow the use of another manufacturer s antibodies. The instrument shall have a mechanism to allow reagent and antibodies be applied to the slide without direct contact with the tissue. The instrument shall be capable of performing immunohistochemistry, in-situ hybridization, fluorescent in-situ hybridization and immunofluorescence without any instrument modifications, independently or on the same staining run. The instrument shall be able to start and complete a run without the use of bar coded slides if necessary. The detection kits shall contain all the necessary reagents needed to demonstrate the appropriate reaction (ex: counterstains, bluing reagents, etc ) with no others to purchase, excluding bulk reagents, primary antibodies and in-situ probes. The instrument shall be able to automate the following components of the slide preparation and staining process: Heating of tissue sections on slides as determined by protocol(s) Deparaffinization of tissue sections Antigen unmasking of tissue sections Staining of tissue sections Counterstaining of tissue sections The instrument shall have walk away automation. Once a process is started, the instrument shall have the capability of allowing additional slides to be added, protocols performed and antibodies/reagents changed as needed. The instrument shall utilize an inventory management system that shall: Track and monitor bulk reagent usage and warn when getting low Identify reagents and quantity remaining Identify reagent number and record Reagent expiration date Reagent usage Provide either a printable or downloadable report for reagent and protocol usage Immunohistochemistry Reagents: Primary staining reagents shall be prepackaged, ready-to-use and barcoded in the vendor dispenser for quick use and comprehensive quality control. The instrument shall offer capability to use 3rd party antibodies in a barcoded reagent dispenser for quick use and comprehensive quality control. The instrument shall use a technology that allows a capillary action or similar action to insure complete slide coverage to reduce the likelihood of the tissue sections washing off of the slide and diagnostic material loss. The instrument shall provide a means to prevent reagent evaporation that would result in stained tissue damage. The instrument shall be capable of completing overnight staining runs in a delay mode without danger of harming loaded tissue sections. The instrument shall use separate waste dispensers for both hazardous waste and non-hazardous waste and use a separate sensor for hazardous waste. The instrument shall provide easy-to-read printable staining reports. The vendor shall include preventive maintenance visits, visits to site to repair instrument when down, and a technical support call line for 24 hours, 7 days a week service as part of the contract. ESTIMATED QUANTITIES: Based on historical data taken from our current immunohistochemical Product Usage Report for FY 2014 we performed approximately 3400 immunohistochemical stain protocols. Currently, we are below that target number for FY 2015. Overton Brooks VAMC Pathology and Laboratory Medicine Service attempts to be as accurate as possible when providing estimates of quantities that will be used, however, actual quantities required may vary from quantities as listed. PERIOD OF PERFORMANCE: The agreement will be reviewed annually by Overton Brooks VA Medical Center Contracting Office at minimum of thirty days prior to the anniversary date. Base Year:                 Date of Award through March 31, 2018 Option Year 1:     April 1, 2018 through March 31, 2019* Option Year 2:     April 1, 2019 through March 31, 2020* Option Year 3:     April 1, 2020 through March 31, 2021* Option Year 4:     April 1, 2021 through March 31, 2022* *Denotes:   Exercisable at the discretion of the Government and availability of funds. SECURITY REQUIREMENT: The contractor is expected to follow security protocol to include personnel security, property security and facility security. TESTING AND CERTIFICATION: Upon completing installation of the system, the Contractor shall notify the COR in writing that the system is ready for acceptance testing, and that it meets all requirements as specified.   Submission of this notification of system readiness shall be accomplished by the contractor prior to the beginning of the scheduled Government Acceptance Test. PRODUCT QUALITY AND GOVERNMENT ACCEPTANCE TEST:   Contractor shall perform the Government Acceptance Test in the presence of the COR for proof-of-performance. The Government Acceptance Test shall be performed at a mutually agreed date and time.   Upon completing the Government Acceptance Test successfully, Contractor shall document the success of this Government Acceptance Test and furnish a copy to the COR before Contractor s Representative departs the VA premises.   Payments can be withheld until final acceptance by the Government. All products offered to Overton Brooks VAMC, Pathology and Laboratory Medicine Service shall be new and not refurbished and be of the same consistent high quality as would be offered to the general commercial public in the United States. The products made available for use on the instrument provided by the vendor shall have no less than a two year expiration date from the time of order until the time of expiration. CUSTOMER SERVICE: A company representative shall visit the Overton Brooks VAMC no less than once every two months to review account, provide product information, answer questions, provide customer service, handle any defective merchandise, and take care of any other issues that might arise.   Also, there shall be 24 hours /7 days per week / 365 days per year phone support available for technical support.   If resolution cannot be obtained by phone support, then a service technician shall be dispatched to the facility no more than 24 hours later to correct the issue.   WARRANTY AND REPAIR SERVICE: The Contractor shall provide warranty coverage for all repairs and maintenance that will ensure the work performed shall be performed in a good and workmanlike manner and the specified problem identified by the Requesting Service shall not recur within a period of twelve months. CUSTOMER SERVICE / WARRANTY AND REPAIR SERVICE: A company representative shall visit the Overton Brooks VAMC no less than once every two months to review account, provide product information, answer questions, provide customer service, handle any defective merchandise, and take care of any other issues that might arise. Also, there shall be 24 hours /7 days per week / 365 days per year phone support available for technical support. If resolution cannot be obtained by phone support, then a service technician shall be dispatched to the facility no more than 24 hours later to correct the issue. The Contractor shall provide warranty coverage for all repairs and maintenance that will ensure the work performed shall be performed in a good and workmanlike manner and the specified problem identified by the Requesting Service shall not recur within a period of twelve months. OTHER PERTINENT INFORMATION OR SPECIAL CONSIDERATIONS: Business Hours:   All work and delivery shall take place during clinical hours (Monday through Friday, 8:00 am to 4:30 pm (CST) excluding weekends and federal holidays).   FEDERAL HOLIDAYS ARE:   New Year s Day; Martin Luther King Jr. s Birthday; President s Day, Memorial Day, Independence Day; Veteran s Day; Labor Day; Columbus Day; Thanksgiving Day, and Christmas Day. When a holiday falls on a Sunday, the following Monday will be observed as a legal holiday. When a holiday falls on a Saturday, the preceding Friday is observed by the US government agencies. Use of Cell Phones:   The use of cellular phones is permitted within certain areas of the medical center.   All contractors are required to ask either the Contracting Officer (CO) or the Contracting Officer s Representative (COR) if there is doubt in the usage of cellular phones. Smoke Free Facility:   The Overton Brooks VA Medical Center is a smoke free facility.   Smoking is prohibited inside any building except the smoking shelter on the facility grounds.   Smokers are allowed to smoke outside the 25 foot boundaries from every entrance/exit.   Violators shall be removed from the premises permanently. PRODUCT SUBSITUTION: No product substitutions will be accepted without the prior approval of the Overton Brooks VA Medical Center s Pathology and Laboratory Service and the Contracting Officer. Any substitutions of product shall have the written approval of the VAMC Pathology and Laboratory Service and the Contracting Officer or his/her designee. ORDERING PROCEDURES: Orders will be made on an as needed basis determined by Overton Brooks VA Medical Center s Pathology and Laboratory personnel. The order shall be invoiced for payment no more than 30 days after the purchased date. INVOICE AND PAYMENT:   Contractor shall invoice the Overton Brooks VA Medical Center in arrears only after the completion and acceptance of all Deliverables identified in this Statement of Work.   Invoice shall be properly prepared and sent to the VA Financial Service Center at: P.O. Box 149971.   Austin, Texas 78714-8971.   The invoice shall be properly prepared in accordance with FAR 52.212-4, contain sufficient details, and at a minimum, include the following details:   (1) IFCAP Obligation Number (2) Contract Number (3) Description of the supply/service rendered (4) Billing period/date when the supply/services were rendered and (5) Invoice number and date Payments will be made in accordance with the Prompt Payment Act out of the Government annual appropriated funds obligated in an order which will be issued after the contract is awarded. Notes: invoices that are not in compliance with the aforementioned requirements under this paragraph will be rejected for payments and required to be resubmitted. DELIVERY: The instrument and all reagents shall be delivered to: Overton Brooks VA Medical Center Attn: Warehouse 510 E. Stoner Ave Shreveport, LA 71101 All deliveries shall be accompanied by a delivery ticket or sales slip which shall contain: vendor s name, purchase order number, date of order, date of delivery, itemized list of products furnished including product description and quantity shipped. Shipping terms: Prepaid and add; FOB Distribution CHANGES/MODIFICATIONS: If any product awarded under this requirement requires modification, is removed or recalled by the Contractor or manufacturer, or if any required modification, removal or recall is suggested or mandated by a regulatory or official agency, the following steps will immediately be taken by the Contractor or manufacturer: Notify the Contracting Officer, in writing, by the most expeditious manner possible.   Provide two copies of the notification which shall include, but not be limited to the following: Complete item description and/or identification, order numbers from customers, and the contract number assigned as a result of an award on this Statement of Work. Reasons for modifications, removal or recall. Necessary instructions for return for credit, replacement or corrective action. Provide the above information to all agencies and VA Facilities who purchased the product. The Contracting Officer shall be provided a copy of the notification in b. above, and a list of all agencies and/or VA facilities notified Contractor shall be responsible for any costs associated with the above. Changes in the terms and conditions of this contract may be made only by written agreement of Overton Brooks VA Medical Center Pathology and Laboratory Service. Any and all modifications for changes in the prices, terms or conditions of this contract, shall be prepared for signature by the VA Contracting Officer. RECALLED AND DEFECTIVE PRODUCTS: The Contractor shall immediately notify the Contracting Officer of any recalls of product or other important product safety issues. The Contractor shall replace and/or reimburse recalled/defective products at no cost to the Government. The Contractor shall be liable for the costs of processing recalls, i.e. administrative and clinical services to replace recalled/defective products. EQUIPMENT MANUALS:   The Contractor shall furnish User Manual and reference guides for the specified equipment. OPTION TO PURCHASE:   Upon successful completion of the lease agreement, the government has the option to:                       1. Renew the lease agreement 2. Upgrade to new equipment 3. Purchase the equipment at the then fair market value 4. Return the equipment to vendor. MSDS, HAZARDOUS MATERIALS AND WASTE ANALYSIS: The offeror is required to provide a list identifying any hazardous materials defined as Hazardous under the latest version of Federal Standard No. 313 that may be provided as a part of this contract. Material Safety Data Sheets (MSDS) shall be submitted for all products. Contractor will provide a complete chemical analysis of waste, to include Mercury, sodium azides, carcinogens, reproductive toxins, acute toxins and all other waste that may be considered ignitable, corrosive, reactive or toxic. Contractor will also be required to provide additional subsequent waste analysis studies in the case of any new test or new test formation introductions. Documentation of all analysis will be provided to the VA Contracting Officer for review by the VISN 16 Green Environmental Management Systems (GEMS) Coordinator prior to contract award or introduction of new product after award. COST/PRICE SCHEDULE: Base Year Date of Award through March 31, 2018 The contractor shall provide: CLIN No. Item or Stock Number Description Estimated Quantity Unit Unit Cost Estimated Total Price 0001 DS98020 Bond Polymer Detection Kit 15 Kt $ $ Included in Detection Kit Price: (total cost is $________ per test) Bond Polymer Detection Kit @ $_________ per test Leica Bond III IHC Stainer @ $8.73 per test Silver Service and Maintenance for Leica Bond III IHC Staining Instrument @ $3.30 per test 0002 AR9590 Bond Wash Solution 10x-1L 7 Ea $0.00 $ 0.00 0003 S21.4564 Bond Slide Label and Ribbon 2 Ea $ $ 0004 S21.1971 Bond Mixing Stations 2 Ea $ $ 0005 OP79193 Bond Open Container 7ml 10 Ea $ $ 0006 S21.2001 Bond Universal Covertiles 3 Pk $ $ 0007 AR9222 Bond DeWax Solution 40 Ea $ $ 0008 AR9961 Bond Epitope Retrieval 1-1L @ 40% 4 Ea $ $ 0009 AR9640 Bond Epitope Retrieval 2-1L @ 40% 4 Ea $ $ 0010 AR9551 Bond Enzyme Pretreatment kit @ 20% 2 Ea $ $ 0011 Antibody 75 Ea $ $ 0012 On-Site Training for all Lab Staff in Anatomic Pathology 5 Wk $ $ 0013 Off-site Advanced Training for 1 Lab staff member at vendor Training Site 1 Wk $ $ 0014 Shipping and Handling/Freight Job $ $ 0015 Installation Job Included Included Total Estimated Cost $ $ Option Year 1 April 1, 2018 through March 31, 2019* The contractor shall provide: CLIN No. Item or Stock Number Description Estimated Quantity Unit Unit Cost Estimated Total Price 1001 DS98020 Bond Polymer Detection Kit (200 tests per kit) 15 Kt $ $ Included in Detection Kit Price: (total cost is $________ per test) Bond Polymer Detection Kit @ $________ per test Leica Bond III IHC Stainer @ $8.73 per test Silver Service and Maintenance for Leica Bond III IHC Staining Instrument @ $3.30 per test 1002 AR9590 Bond Wash Solution 10x-1L 7 Ea $ $ 0.00 1003 S21.4564 Bond Slide Label and Ribbon 2 Ea $ $ 1004 S21.1971 Bond Mixing Stations 2 Ea $ $ 1005 OP79193 Bond Open Container 7ml 10 Ea $ $ 1006 S21.2001 Bond Universal Covertiles 3 Ea $ $ 1007 AR9222 Bond DeWax Solution 48 Ea $ $ 1008 AR9961 Bond Epitope Retrieval 1-1L @ 40% 4 Ea $ $ 1009 AR9640 Bond Epitope Retrieval 2-1L @ 40% 4 Ea $ $ 1010 AR9551 Bond Enzyme Pretreatment kit @ 20% 2 Ea $ $ 1011 Antibodies 75 Ea $ $ Total Estimated Cost $ Option Year 2 April 1, 2019 through March 31, 2020* The contractor shall provide: CLIN No. Item or Stock Number Description Estimated Quantity Unit Unit Cost Estimated Total Price 2001 DS98020 Bond Polymer Detection Kit (200 tests per kit) 15 Kt $ $ Included in Detection Kit Price: (total cost is $_______ per test) Bond Polymer Detection Kit @ $_________ per test Leica Bond III IHC Stainer @ $8.73 per test Silver Service and Maintenance for Leica Bond III IHC Staining Instrument @ $3.30 per test 2002 AR9590 Bond Wash Solution 10x-1L 7 Ea $0.00 $ 0.00 2003 S21.4564 Bond Slide Label and Ribbon 2 Ea $ 2004 S21.1971 Bond Mixing Stations 2 Ea $ $ 2005 OP79193 Bond Open Container 7ml 10 Ea $ $ 2006 S21.2001 Bond Universal Covertiles 3 Ea $ $ 2007 AR9222 Bond DeWax Solution 48 Ea $ $ 2008 AR9961 Bond Epitope Retrieval 1-1L @ 40% 4 Ea $ $ 2009 AR9640 Bond Epitope Retrieval 2-1L @ 40% 4 Ea $ $ 2010 AR9551 Bond Enzyme Pretreatment kit @ 20% 2 Ea $ $ 2011 Antibody 75 Ea $ $ Total Estimated Cost $ Option Year 3 April 1, 2020 through March 31, 2021* The contractor shall provide: CLIN No. Item or Stock Number Description Estimated Quantity Unit Unit Cost Estimated Total Price 3001 DS98020 Bond Polymer Detection Kit (200 tests per kit) 15 Kt $ $ Included in Detection Kit Price: (total cost is $________ per test) Bond Polymer Detection Kit @ $_________ per test Leica Bond III IHC Stainer @ $8.73 per test Silver Service and Maintenance for Leica Bond III IHC Staining Instrument @ $3.30 per test 3002 AR9590 Bond Wash Solution 10x-1L 7 Ea $0.00 $ 0.00 3003 S21.4564 Bond Slide Label and Ribbon 2 Ea $ 3004 S21.1971 Bond Mixing Stations 2 Ea $ $ 3005 OP79193 Bond Open Container 7ml 10 Ea $ $ 3006 S21.2001 Bond Universal Covertiles 3 Ea $ $ 3007 AR9222 Bond DeWax Solution 48 Ea $ $ 3008 AR9961 Bond Epitope Retrieval 1-1L @ 40% 4 Ea $ $ 3009 AR9640 Bond Epitope Retrieval 2-1L @ 40% 4 Ea $ $ 3010 AR9551 Bond Enzyme Pretreatment kit @ 20% 2 Ea $ $ 3011 Antibody 75 Ea $ $ Total Estimated Cost $ Option Year 4 April 1, 2021 through March 31, 2022* The contractor shall provide: CLIN No. Item or Stock Number Description Estimated Quantity Unit Unit Cost Estimated Total Price 4001 DS98020 Bond Polymer Detection Kit (200 tests per kit) 15 Kt $ $ Included in Detection Kit Price: (total cost is $__________ per test) Bond Polymer Detection Kit @ $________ per test Leica Bond III IHC Stainer @ $8.73 per test Silver Service and Maintenance for Leica Bond III IHC Staining Instrument @ $3.30 per test 4002 AR9590 Bond Wash Solution 10x-1L 7 Ea $0.00 $ 0.00 4003 S21.4564 Bond Slide Label and Ribbon 2 Ea $ 4004 S21.1971 Bond Mixing Stations 2 Ea $ $ 4005 OP79193 Bond Open Container 7ml 10 Ea $ $ 4006 S21.2001 Bond Universal Covertiles 3 Ea $ $ 4007 AR9222 Bond DeWax Solution 48 Ea $ $ 4008 AR9961 Bond Epitope Retrieval 1-1L @ 40% 4 Ea $ $ 4009 AR9640 Bond Epitope Retrieval 2-1L @ 40% 4 Ea $ $ 4010 AR9551 Bond Enzyme Pretreatment kit @ 20% 2 Ea $ $ 4011 Antibody 75 Ea $ $ Total Estimated Cost $
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/ShVAMC/VAMCLAOBrooks/VA25617Q0207/listing.html)
 
Document(s)
Attachment
 
File Name: VA256-17-Q-0207 VA256-17-Q-0207.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3201869&FileName=VA256-17-Q-0207-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3201869&FileName=VA256-17-Q-0207-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DEPARTMENT OF VETERANS AFFAIRS;SOUTH CENTRAL VETERANS HEALTHCARE SYSTEM;OVERTON BROOKS VA MEDICAL CENTER;501 E. Stoner Ave;SHREVEPORT, LA
Zip Code: 71101
 
Record
SN04368144-W 20170112/170110234540-403a6c3d258530ca67fb7e12e44b645b (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.