Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
DOCUMENT

66 -- SLC Blood Gas Analyzer Small Business, VOSB, SDVOSB Sources Sought - Attachment

Notice Date
5/15/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917N0525
 
Response Due
5/26/2017
 
Archive Date
6/10/2017
 
Point of Contact
Sura-Quay Arbon
 
E-Mail Address
Sura-Quay.Arbon@va.gov
(Sura-Quay.Arbon@va.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCE SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The VISN 19 Rocky Mountain Network Contracting Center, 4100 E. Mississippi Ave, Glendale CO is performing market research to locate qualified small business, VOSB or SDVOSB firms to provide the services/commodities detailed below. The Government will use responses to this notice to make to appropriate acquisition decision. All interested firms who can meet the requirements stated below should respond, in writing (via email), with information describing their interest, capabilities, geographic location and indicate which socio-economic business category for which they qualify to the Contract Specialist Sura-Quay M. Arbon, Sura-Quay.Arbon@va.gov, no later than 5:00 p.m. (Mountain Time), May 26, 2017. FBO Sources Sought Notice VA259-17-N-0525 SLC BLOOD GAS ANALYZER has been assigned and should be referenced on all correspondence regarding this announcement. The NAICS Code 334516 is applicable to this acquisition. Interested firms must provide socioeconomic status and the manufacturers they are authorized distributors for. Location of service: VA Medical Center Salt Lake City 500 Foothill Drive Salt Lake City, Utah 84148 General Requirements: The contractor must be an authorized distributor of the equipment and authorized to provide CPT arrangements for said equipment, must be able to provide new equipment and not provide grey market equipment. The contractor must be a small business, VOSB or SDVOSB. If VOSB or SDVOSB must be VETBIZ certified and listed on the VETBIZ site at time of award. You may accomplish this registration online at the CVE web site: VETBIZ - https://www.vip.vetbiz.gov/ Examples of equipment that may meet the requirements listed below are: GEM Premier 4000 with iQM by Werfen USA, ABL90 FLEX Analyzer by Radiometer, pHOx Ultra & STAT Profile Prime by Nova Biomedical and COBAS B221 & COBAS B123 by Roche. Mandatory Requirements: 1. SCOPE The Contractor shall provide all equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other items necessary for the generation of arterial and venous blood gas, electrolytes, creatinine, glucose, lactate, and FDA approved body fluid pH Cost Per Test (CPT) services for the George E. Wahlen VA Salt Lake City VA Health System, 500 Foothill Drive, Salt Lake City, Utah 84148. Therapeutic monitoring and routine testing shall be performed on specified parameters for arterial/venous whole blood and body fluid specimens. Services shall be required for a base year period beginning January 1, 2018 through December 31, 2018 with four one-year options for renewal thereafter. 2. GENERAL REQUIREMENTS CPT: The Contractor is required to provide a price for each test that can be performed on its equipment. The per test price shall include costs covering a.) equipment use, b.) all reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other items required for the proper operation of the contractor s equipment and necessary for the generation and reporting of a test result, c.) all necessary maintenance to keep the equipment in good operating condition (this element includes both preventive maintenance and emergency repairs) and d.) training for Government personnel. The Contractor is required to provide delivery, installation and removal of equipment at no additional charge. EQUIPMENT Services shall be for the following ancillary sites: Two (2) stationary units for Respiratory Therapy and one (1) mobile unit. Offered models of analyzers shall be capable of producing accurate and reproducible assays from arterial, venous, and body fluid specimens. Models shall provide an accurate test assay result for sample specimens up to the manufacturer s defined maximum test per hour without excessive malfunctions, breakdowns, or service calls. Offered equipment shall be current state-of-the-art equipment capable of producing accurate and reproducible assays from arterial, venous, and body fluid specimens. Remanufactured and discontinued models will not be accepted. The models being offered shall be in current production as of the date this offer is submitted. For purposes of this solicitation, current production shall mean that the analyzer offered is manufactured as new equipment. Discontinued models that are only being made available as remanufactured equipment are not acceptable. The Contractor shall provide all upgrades to the equipment hardware and operating system software, at no additional cost to the Government. These enhancements shall be delivered and installed within 60 days of issuance to the commercial market. Upon completion of equipment installation, the contractor shall perform all validation procedures including linearity, precision, correlation and reference range studies at contractors expense using validation parameters provided by the laboratory. An operator s manual shall be provided on electronic media, instrument or website (Contractor shall state which medium the procedures are provided) for each analyzer in CLSI format. Updates to the operator s manual shall be provided within 60 days of issuance to the commercial market. Analyzers shall conform to the existing space within the listed departments with no or minimal alterations or requirements for site prep work, exclusive of data ports and electrical requirements to the George E. Wahlen VA Salt Lake City VA Health System, 500 Foothill Drive, Salt Lake City, Utah 84148. Units required: Services shall be for the following ancillary sites: Respiratory Therapy (2) stationary units capable of blood gas, oximetry, body fluid pH, see testing requirements (1) mobile unit capable of blood gas, electrolytes, lactate, and glucose, see testing requirements 8. Annual Estimated Volumes: 300 month (3,600 year: 2400 Respiratory & 1200 Mobile Unit) 9. Contractors are required to provide delivery, installation, and removal of equipment at no additional charge to the government. TESTING REQUIREMENTS Blood gas analyzers shall be able to perform the following tests. Respiratory Therapy pH pCO2 pO2 tHb sO2 FO2Hb FCOHb FMetHb Electrolytes Lactate & Glucose Body Fluids pH 2. Mobile Unit pH pCO2 pO2 tHb sO2 FO2Hb Electrolytes Lactate & Glucose REAGENTS, SUPPLIES AND DISPOSABLES The contractor shall maintain, in Government provided space, a continuously stocked inventory of reagents, standards, controls, supplies, disposables and any other material required to properly perform tests on the offered equipment. These items shall be of the highest quality ensuring sensitivity, specificity and tested to assure precision and accuracy. The quality of the products shall be high enough to satisfy proficiency testing standards of the College of American Pathologists (CAP) and the Joint Commission (JC). In the event that the consumables are found to be defective and unsuitable for use with the contractor 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 twenty-four hours after receipt of the verbal order for priority delivery from the Government activity. If either circumstance has occurred, the contractor shall deliver to the George E. Wahlen VA Salt Lake City VA Health System, 500 Foothill Drive, Salt Lake City, Utah 84148 Clinical Laboratory 1B17-14, in the most expeditious manner possible, without additional cost to the Government, the necessary consumables in sufficient quantity as required to allow operation of the contractor s equipment for one week (under normal Government test load volume). If additional requests for emergency supply delivery are required by the Government, they will be honored by the contractor until the arrival at the Government site of the monthly standing order/routine supplies delivery. Failure to reserve adequate inventory may result in default. MAINTENANCE & EMERGENCY REPAIRS Maintenance: The responsibility for maintaining the equipment furnished in good condition in accordance with manufacturer s instruction, shall be solely that of the contractor. Each analyzer provided by the contractor shall maintain an uptime of 95% in each month of the term of the agreement. Any required preventive maintenance shall be scheduled with the Contracting Officer s Point of Contact (POC) prior to any maintenance being performed. Emergency Repairs: The Contractor shall provide the Government with the name and contact number of a designated Field Technician to receive such notification. The Contractor shall be on-site at the George E. Wahlen VA Salt Lake City VA Health System, 500 Foothill Drive, Salt Lake City, Utah 84148 Respiratory Therapy or Mobile Unit to perform emergency repair service within twenty-four (24) hours after receipt of initial telephone notification of a malfunction or equipment failure of any parameter. Emergency repair coverage shall be 24 hours per day, seven days per week including all Federal holidays. Contractor shall provide technical phone support service to assist in troubleshooting 24-hours per day, seven days per week including Federal holidays. The Contractor shall furnish a malfunction incident report upon completion of each repair call. The report shall include, at a minimum, the following: Date and time notified Date and time of arrival Serial number, type and model number(s) of equipment Time spent for repair Description of malfunction and repair Proof of repair that includes documentation of a sample run of quality control verifying acceptable performance During the term of the contract, should the repair record of any individual piece of equipment reflect a downtime of 5% or greater in one calendar month, a determination will be made by the POC to replace the initial equipment with new equipment. TRAINING The Contractor shall provide on-site in-depth training to operators from all applicable shifts (day, evening, and night shifts) for each individual analyzer provided and on-going training as needed for new operators. The Ancillary Testing Coordinator and Respiratory Therapy Manager shall receive additional training pertaining to the administration and management of the analyzer. On-site training will occur at the George E. Wahlen VA Salt Lake City VA Health System, 500 Foothill Drive, Salt Lake City, Utah 84148 Clinical Laboratory 1B17-14. Training is at no additional expense to the government. PRICING Offeror shall provide pricing for each test in accordance with paragraph 2. GENERAL REQUIREMENTS CPT description in this SOW. The CPT shall include all costs for: Equipment use. All Consumables, reagents, standards, controls and supplies (with long expiration out dates). All necessary preventive maintenance to keep equipment in manufacturer s operational condition and emergency repairs. Training of personnel operating the equipment. Interface software/hardware compatibility with Data Innovations. 3. SPECIAL REQUIREMENTS In addition to the general requirements stated above, the contractor shall meet the following special requirements: Power failure back up the analyzers shall have intrinsic capability to return to safe operational mode after loss of power. Quality control measures shall resume on schedule and notification to the operator if there is an error. The offered analyzers shall be single cartridge based. Quality control material for the offered analyzers shall not require refrigeration. Contractor should define connectivity to VA networks i.e. data port, wireless, remote accessibility for QC, QA, etc. Contractor s equipment shall have bi-directional interface with Data Innovations and Alere RALS. All required software and licensing is the responsibility of the contractor. Analyzers shall have the ability to recall and retransmit results to Data Innovations and Alere RALS. Uninterruptible power supply (surge protection + battery backup) provided by vendor are required for all analyzers provided. Replacement for an inoperable surge protection/battery backup shall be at the vendor s expense. Equipment and software shall at a minimum, provide operator-friendly maintenance requirements. Routine maintenance takes minimal tech time (<10 minutes per day). Routine maintenance, function checks, and calibrations cause little or no delay to testing Shall have auto Quality Control (QC) standards (1 level per 8 hour shift) and calibrations that meet CAP standards. Provide external peer comparison of QC or equivalent. Provide QC lock out and operator lock out. QC shall be available in Levy Jennings format, or statistical reporting available. Provide quick turnaround time for result within 2-3 minutes of sampling. Provide data backup and management of patient and QC results. Shall be capable of operating at high altitudes with no interferences. Shall have ability to correct for patient temperature. Mobile analyzer provided for sites outside of Respiratory Therapy shall be portable for transport to bedside without recalibration. 4. SITE VISIT Offeror s are urged and expected to inspect the site where equipment will be placed and services will be performed in order to satisfy themselves regarding all general and local conditions that may affect the type of equipment offered, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for claim after contract award. Offeror s may evaluate each ancillary department site and physical space to select the best-fit instrument requirements prior to the solicitation due date. This site visit shall not be conducted for the purpose of performing equipment presentations or to perform demonstrations of equipment, but shall be for the sole purpose of determining the best fit requirement for contractors offered system. 5. TRANSITION PERIOD Upon award, the transition period for the awarded contractor to have all required analyzer s, peripherals, consumables, training, correlation studies, reagents, controls, interfaces, etc., installed and fully operational shall be within 60 calendar days after award. Offeror s shall provide with its proposal a plan for transitioning services from the incumbent contractor to the new awarded contractor. Contractor s submitted transition plan shall not exceed the required 60 day period contained herein. THIS IS A SOURCE SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917N0525/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-N-0525 VA259-17-N-0525.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3497317&FileName=VA259-17-N-0525-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3497317&FileName=VA259-17-N-0525-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04509178-W 20170517/170515235323-02cca315b6400aa6233838d7511bab4e (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.