Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
DOCUMENT

66 -- Urinalysis Testing Supplies for VISN 20 Laboratories POP: 9/1/17-8/31/18 - Attachment

Notice Date
5/10/2017
 
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
VA26017N0365
 
Response Due
5/18/2017
 
Archive Date
7/17/2017
 
Point of Contact
Jayme Defae
 
Small Business Set-Aside
N/A
 
Description
Page 3 of 7 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTE; THE VA IS NOT SEEKING PRICING OR OFFERS. The Department of Veterans Affairs, VISN 20, in support of Veteran Affairs Healthcare System, is currently requesting information in order to determine the existence of viable commercial sources to provide ancillary testing products for urinalysis and women s health studies. This contract is for the deployment, maintenance, and support of equipment, currently owned by the VA, that provides HL7 connectivity for Ancillary Testing for VISN 20 Clinical Laboratory VA Medical Centers and their Community Based Outpatient Clinics. This supply is necessary for the Department of Veterans Affairs and a bone-fide need as it allows the medical staff to test patient urine which will assist providers in diagnosis and monitor patients health. Please see the below statement of work for further information. VISN 20 Laboratories owns and maintains Clinitek urinalysis analyzers. These analyzers are not in need of replacement. The intended contract period of performance is for a base year with four (4) one-year option periods and is based on FAR 52.232-18 Availability of Funds. Estimated period of performance is 9/1/17-8/31/18 with an optional 4 years. The NAICS code assigned is: 334516 Analytical Laboratory instruments manufacturing and the small business size standard is 1000 employees. The special item number is 66-100. The Government is not soliciting offers at this time, and it will be the Contracting Officer who will determine which suggested changes are accepted. This is a sources sought notice to gain knowledge of potential qualified sources. A solicitation is not currently available. Responses to this request will be considered for the purpose of determining how the requirements will be stated and how the procurement will be conducted. This sources sought announcement is not to be construed as a commitment by the Government, implied or otherwise, to issue a solicitation or to award a contract. No reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. If you are interested and are capable of providing the required services, please complete the sources sought questionnaire below and email your response to jayme.defae@va.gov no later than 4PM PDT on 18 May 2017. Include any comments or questions you may have. Also provide your capability statements within your response. A SOURCES SOUGHT QUESTIONNAIRE is below. Responses to the Questionnaire are encouraged from all interested parties. You are advised that providing responses to the questions will not automatically include you in the acquisition process for this solicitation. Please provide any additional feedback in your response that you feel is relevant. Source Sought Questionnaire: Company Name ___________________________________________ Phone Number ____________________________________________ Email Address ____________________________________________ DUNS ______________________ * Proof of Systems for Award Management Registration (SAM) is mandatory* 1. GSA Number if applicable_________________________________ 2. Is your firm eligible for participation in one of the following small business programs? If so, please indicate the program. The North American Industry Classification System (NAICS) code is tentatively 334516 Analytical Laboratory instruments manufacturing; the small business size standard for this NAICS code is 1000 employees. A size standard, which is usually stated in number of employees or average annual receipts, represents the largest size that a business (including its subsidiaries and affiliates) may be to remain classified as a small business for Small Business Administration and federal contracting programs. The definition of "small" varies by industry. [ ] yes [ ] no Small Business (SB) [ ] yes [ ] no HUBZone [ ] yes [ ] no Small Business 8(a) [ ] yes [ ] no Small Disadvantaged Business (SDB) [ ] yes [ ] no Economically-Disadvantaged Women-Owned Small Business (EDWOSB) [ ] yes [ ] no Women-Owned (WO) Small Business [ ] yes [ ] no Service Disabled Veteran Owned Small Business (SDVOSB) [ ] yes [ ] no Other (please specify) 3. If your company were selected, how many calendar days would your company need after the contract award date before completing providing services? _____ 15 days _____ 30 days _____45 days _____other (please list) 4. In your opinion, what are the risks associated with this effort? Comment on any current or potential technical, cost, schedule, or performance risks that you would like to make the Government aware of that concerns this service. 5. Provide any additional feedback that you feel is relevant (i.e., problems or any other issues experienced with similar contracts). ______________________________________________________________________________ Note: Do not include Proprietary, classified, confidential, or sensitive information in responses. STATEMENT OF WORK 1. Background. A VISN 20 contract is needed to provide Standardization of Laboratory Ancillary testing for Urinalysis and Women s Health studies. 2. Scope. This contract is for the deployment, maintenance, and support of equipment that can provide HL7 connectivity for Ancillary Testing for VISN 20 Clinical Laboratory VA Medical Centers and their Community Based Outpatient Clinics. 3. Specific Tasks. 3.1 Task 1 - Equipment. 3.1.1 Server/Software. A single server, with multiple client computers to the server for multiple-user access to the system, or multiple servers will be supplied by the contractor. Specific server related software/hardware will be required and supplied by the contractor. All servers and workstations will be supplied a power supply by the contractor. System enhancements/upgrades provided in a timely manner at no additional charge. Data and system backups that include VA information have confidentiality classification therefore, these materials must be protected with effective physical security. Deliverables: Software must maintain up-to-date operator certification records/reports. Software must provide operator lock-out to prevent unauthorized use. Software must electronically transmit patient and QC data and be modifiable for what will be automatically transmitted and what will be held for further review. Software must ensure regulatory compliance with monitoring of event log and audit trail reports. Software must provide audit trail of actions for patient records. Server must allow for remote troubleshooting for system performance issues. Server must be able to maintain 10 (ten) workstation connections. Data Stored Encryption. Additional security controls are required to guard VA patient information (VAPI) stored on computers outside VA facilities. All VAPI stored on the computer, file or electronic storage media must be encrypted using VA-approved protection mechanisms. Technical support must be provided by VPN Client to establish encrypted VPN tunnel for remote connectivity. System will have no annual/no per device cost. Must interface with VA owned Siemens Clinitek Status + systems at no additional charge. 3.1.2 Meters. HL7 interfacable urinalysis meters will be supplied to VISN 20 participants at a discount, directly to Federal Supply Schedule. Meters ordered directly from the contractor will be available within seven (7) days of request receipt. Deliverables: Connects by wireless, Ethernet or serial transmission. Must automatically self-calibrate before each patient test is performed. Must provide QC lockout if QC test fails, thus no patient testing can be performed. QC reminders or mandatory prompt. Must have attachable barcode scanner. Must support Code 128 barcodes. 3.2 Task 2 - Consumables: 3.2.1 Quality Control Material Deliverables: Provide options of both dipper and dropper style. Provide option to sequester at least six month supply of same lot of material. 3.2.2 hCG Test Strips Deliverables: Provide sensitivity equal or greater than twenty-five (25) mIU/mL. CLIA-wavied. Provide option to sequester at least six month supply of same lot of material. 3.2.3 10 SG Test Strips Deliverables: Provide semi-quantitative testing for: albumin, bilirubin, creatinine, glucose, ketone, leukocytes, nitrite, pH, protein, specific gravity and urobilinogen. Provide option to sequester at least six month supply of same lot of material. 3.2.4 Educational Material. Updated education materials are provided for both train- the-trainers and end users by the contractor at no additional charge. 3.3 Task 3 Maintenance of Equipment: 3.3.1 Contractor shall agree to replace broken/malfunctioning meters at no cost. Contactor shall supply support for software/hardware upgrades as are made available. Contractor will provide technical support, at minimum via phone, for both server and meter issues. Deliverables: Contractor shall respond to all repair service for routine priority maintenance services within twenty-four (24) hours after call notification is made. Contractor provides repair/replacement services for both inoperable and/or damaged units consisting of initial diagnosis, testing to ensure equipment is in an operational status. 3.4 Task 4 Ordering and Delivery of Consumables: 3.4.1 Requested items shall be on a requirements basis and will be ordered by authorized individuals. The contractor shall receive the list of authorized ordering officials from the VA POC prior to the first shipment. The contractor shall designate a point of contact for this contract and an alternate point of contact in case primary point of contact is absent, and shall provide name, telephone number, and e-mail address of POC and his/her alternate to the VA POC within five days after contract award. 3.4.3 Ordering All orders will be confirmed in writing within 24 hours of receipt. Orders may be placed by email, phone, or fax by an authorized ordering official. The contractor shall notify the VA POC when the order has been received (acknowledgement of order). An estimated delivery date shall be provided within 3 hours of Acknowledgement of order. Any consumables placed on backorder status by the contractor must be brought to the attention of the COTR within 3 days of status. Consumables may be purchased through the VA primer vendor program and will be available within thirty (30) days of receipt of order. Delivery: Delivery Terms: The contractor shall be able to accept orders and deliver items/products Monday Friday, 8 am-4:30 pm, based on the facility time zone. All deliveries will be FOB destination. Installation: The contractor shall deliver and install all purchased equipment under this BPA to the requesting facility. Equipment shall be installed within 120 business days of request. Equipment shall be considered installed upon a VA employee certification that the equipment is properly functioning and has the necessary supplies to perform its required function. The contractor shall provide a record of installation to include: location, model number, serial number, and date of installation Location: All items/products will be delivered to VISN 20 facilities. All Deliveries will contain the following information: Name of Supplier Purchase Order Number Date of Order (request) Name of Requestor (VA Ordering Official ) Itemized list of supplies furnished Quantity, Unit Price, and Total of Each Line Item, less applicable discounts Date of delivery or shipment Returns: Any incorrectly shipped items in unused (unopened) condition may be returned to the Contractor within seven (7) business days after delivery. Return shipments: Any returns by the VA to the vendor will be coordinated for within 48 hrs of discovery. A Return Material Authorization (RMA) will be issued prior to the item being returned and an invoice correction will be shown on the next monthly invoice. Contractor shall provide phone number to request an RMA within five days after Delivery Order award. If replacements are required, items will be sent within three (3) business days after receipt of return. 4. Performance Monitoring Contractor performance shall be measured annually by the VISN 20 Ancillary Testing Coordinators on quality of equipment performance and customer service provided. See attached QASP document. 5. Security Requirements The contractor will not have direct access to patient records or VA computer system. If required, the contractor will create a VPN Client for encrypted VPN tunnel connectivity for server support. Attached is VA 6500.6 security checklist. 6. Government-Furnished Equipment (GFE)/Government-Furnished Information (GFI). Availability of Utilities: The Government will furnish water, sewage, and electricity at existing outlets for equipment performance needs under the contract at no cost to the contractor. 7. Other Pertinent Information or Special Considerations. Each VISN facility will be responsible for submitting local 2237 to cover required costs of the facility. 8. Existing Equipment and Identification of Possible Follow-on Work. Existing VISN 20 facilities having interfacable equipment, will be able to utilized server system for HL7 connectivity at no cost and with contractor technical support. Additional meters requested above and beyond the contract quote will be costed at the same quote as the beginning of the contract. Utilization of new meters will be based upon the availability and scheduled by mutual agreement of contractor and VISN. 9. Risk Control All used equipment and consumables should be treated as infectious material and the use of universal precautions is required. 10. Place of Performance. Equipment will be installed at various VISN 20 VA facilities (including but not limited to Puget Sound, American Lake, Portland, Spokane, Walla Walla, Boise, White City, Eugene and Roseburg) and their Community Based Outpatient Clinics. 11. Period of Performance. Contract start date as soon as current contract ends and end 5 years from start. Base Year: Date of Award to 31 August 2018 Option Year 1: 1 September 2018 to 31 August 2019 Option Year 2: 1 September 2019 to 31 August 2020 Option Year 3: 1 September 2020 to 31 August 2021 Option Year 4: 1 September 2021 to 31 August 2022 12. Delivery Schedule. SOW Task# Deliverable Title Format Number Calendar Days After CO Start 1 Equipment Contractor-Determined Format Standard Distribution Draft - 30 Final - 45 2 Consumables Contractor-Determined Format Standard Distribution Quarterly, on 5th Workday 3 Maintenance Contractor-Determined Format Standard Distribution Daily
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/10c3abc2766fd6886ca40676b328ac4c)
 
Document(s)
Attachment
 
File Name: VA260-17-N-0365 VA260-17-N-0365.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3488142&FileName=VA260-17-N-0365-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3488142&FileName=VA260-17-N-0365-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04503106-W 20170512/170510235041-10c3abc2766fd6886ca40676b328ac4c (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.