DOCUMENT
65 -- 678-18-1-226-0016_TUC_Beckman Coulter Lab Equipment Svc (VA-17-127310) - Attachment
- Notice Date
- 9/11/2017
- 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
- VA25817N0747
- Response Due
- 9/15/2017
- Archive Date
- 9/25/2017
- Point of Contact
- Xochi Valdivia
- 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. The Department of Veterans Affairs, Southern Arizona VA Health Care System (SAVAHCS) has a requirement for hematology testing. The intent of the procurement is to award a firm-fixed price contract. The Statement of Work (SOW) defines the effort required for the purchase and delivery of the requirement to the Tucson VA. Unique Features: This project encompasses patient care across the Southern Arizona VA Health Care System (SAVAHCS). The requirement is for two automated hematology platforms to perform routine and STAT hematology testing for inpatient and outpatient populations. The testing screens and monitors a variety of pathologic conditions affecting blood ranging from simple anemia to acute and chronic leukemia. The testing provides blood cell counts, red blood cell indices, reticulocyte counts, hemoglobin determinations, as well as differential white blood cell analysis. The system should include automated slide preparation and staining for manual microscopic review on a reflex basis. The system must have redundancy for the advent of a system failure, i.e. dual platforms EQUIPMENT: Beckman Coulter EE# Serial Number Price DXH800 SMS 67215 AU21133 $0.00 DXH800 67216 AU27345 $0.00 DXH800 67217 AU27348 $0.00 Cellavision 70253 31970 $0.00 REMISOL ADVANCE SERVER 67231 DZSNC5J $0.00 REMISOL ADV DIFF STATION/REVIEW STATION 67239 1V6SB5J $0.00 REMISOL ADV DIFF STATION/REVIEW STATION 67240 CT6SB5J $0.00 CLIENT STATION CM7CWX1 $0.00 TOTAL $0.00 SOUTHERN ARIZONA VA HEALTH CARE SYSTEM (SAVAHCS): VAMC: 3601 S 6th Ave, Tucson, AZ 85723 The applicable NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. Small Business manufacturers for this NAICS code have a size standard of 500 Employees. The resulting contract will be a firm fixed price order. The term of the contract is intended to be 10/01/17 09/30/18. It is anticipated that a Request for Quotes will be issued in September, 2017. Award of a firm fixed price contract is contemplated by September, 2017. 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), 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 August 23, 2017 at 2:00 pm AZ 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 Xochipilli.Valdivia@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. STATEMENT OF WORK SAVAHCS Pathology & Laboratory Medicine Service requires two automated hematology platforms to perform routine and STAT hematology testing for inpatient and outpatient populations. The testing screens and monitors a variety of pathologic conditions affecting blood ranging from simple anemia to acute and chronic leukemia. The testing provides blood cell counts, red blood cell indices, reticulocyte counts, hemoglobin determinations, as well as differential white blood cell analysis. The system should include automated slide preparation and staining for manual microscopic review on a reflex basis. The system must have redundancy for the advent of a system failure, i.e. dual platforms REQUIREMENTS The vendor shall provide the most current hematology and slidemaker/stainer combinations available, including the ability to reflex test when appropriate. The vendor will provide the facility with Food and Drug Administration (FDA) approved analyzer/equipment, reagents, controls, calibration materials, disposables, and any consumable parts necessary for analyzing/testing on both the primary and back-up analyzers. Primary and back-up equipment shall be provided. Both primary and back-up systems must be capable of performing the Basic Tests Required, see below, to provide mirror image redundancy for all basic tests (i.e. same equipment back up). Tests shall be vendor supported. Basic Tests: CBC with 5 part differential WBC RBC Hemoglobin Hematocrit MCV MCH MCHC RDW Platelet count Mpv Differential (% and absolute counts for neutrophils, lymphocytes, monocytes, eosinophils, and basophils) Equipment shall have accurate capability of monitoring reagent usage and provide reagent inventory upon request, in real time. 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, water supply, drainage systems, UPS, and surge suppressors. The cost of the excluded items shall be incorporated in the price proposal. Equipment offered must be brand name or equal to Beckman Coulter DxH800 Workcell. EQUIPMENT FUNCTIONALITY All analyzers must have primary tube sampling capability. The analyzers must have a comprehensive QC Program for all tests which includes at a minimum the following options: On-board quality control data storage and reporting capabilities The ability to view and print daily and monthly QC results The ability to view and print Levey Jennings graphs System shall have user defined reflex testing capability. The system shall include software and hardware solutions to allow editing, partial release of results and manual differential and morphology input via keypad entry. This may require a middleware solution with server grade hardware. The system must be redundant with respect to the hematology analyzers, having two identical analyzers each capable of operating independent of the other. This enables high peak throughput volume with ability to cover for analyzer failure. The slidemaker/stainer (SMS) must be able to make slides based on multiple rule reflex algorithms. A single SMS must be attached to both analyzers via an automation track or there must be an SMS attached to each analyzer. System shall have a design that removes the possibility of sample carryover. 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. System shall have positive sample identification to reduce possible sources of error/delay and to improve laboratory efficiency. Equipment shall be able to store and retransmit records (24 hours of maximal instrument throughput) in case of interface downtime. Interfacing requirements to be provided by the vendor: Instrument LIS physical connection and translation (drivers). Must be compatible with Dawning Technologies system. Any additional hardware and software needed to interface the analyzer and technical assistance with interfacing the analyzer Instrument-LIS interface shall be bi-directional. INSTALLATION AND VALIDATION Vendor shall move instruments, free of additional charge, to final testing location upon completion of validation process. 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. 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 laboratory 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. Throughout the life of the agreement, the vendor shall provide assistance to the user in setting up and maintaining/trouble shooting user-defined assays as additional tests are brought in-house. SERVICE AND MAINTENANCE 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. The vendor shall provide a twenty-four hour/seven-day service hotline with technical support. The vendor shall provide a preventative maintenance schedule to include timely scheduled vendor preventative maintenance visits as required. 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). 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. TRAINING The vendor shall provide in depth training for the use and maintenance of the hematology analyzer for at least three individuals. The vendor shall provide in depth training for at least one individual for any middleware or server hardware provided. SALIENT CHARACTERISTICS OF HEMATOLOGY ANALYZER Capable of sampling and making slides independent of hematology analyzer Scalable system additional analyzers or slidemaker components can be added if necessary Maneuverable by the end user System must occupy a space smaller than 18 ft. x 6 ft. EQUIPMENT: Beckman Coulter EE# Serial Number Price DXH800 SMS 67215 AU21133 $0.00 DXH800 67216 AU27345 $0.00 DXH800 67217 AU27348 $0.00 Cellavision 70253 31970 $0.00 REMISOL ADVANCE SERVER 67231 DZSNC5J $0.00 REMISOL ADV DIFF STATION/REVIEW STATION 67239 1V6SB5J $0.00 REMISOL ADV DIFF STATION/REVIEW STATION 67240 CT6SB5J $0.00 CLIENT STATION CM7CWX1 $0.00 TOTAL $0.00
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817N0747/listing.html)
- Document(s)
- Attachment
- File Name: VA258-17-N-0747 VA258-17-N-0747.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3786769&FileName=VA258-17-N-0747-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3786769&FileName=VA258-17-N-0747-000.docx
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: VA258-17-N-0747 VA258-17-N-0747.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3786769&FileName=VA258-17-N-0747-000.docx)
- Record
- SN04671298-W 20170913/170911232320-2f25669a9e1d6af4762a5f61be2eebf2 (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 |