Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 14, 2017 FBO #5774
DOCUMENT

65 -- VA258-17-Q-0529 Alere Triage Supplies - Attachment

Notice Date
9/12/2017
 
Notice Type
Attachment
 
NAICS
#334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;VISN/18PHX;777 E. Missouri, Suite 300;Phoenix AZ 85014
 
ZIP Code
85014
 
Solicitation Number
VA25817Q0529
 
Response Due
9/18/2017
 
Archive Date
9/21/2017
 
Point of Contact
Derrick Fletcher
 
E-Mail Address
5-4339<br
 
Small Business Set-Aside
N/A
 
Description
Combined synopsis /solicitation for commercial items This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is VA258-17-Q-0529 and is issued as an invitation request for quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95 01/19/2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 with a small business size standard of $38.5 Million. This requirement is Full and Open competition with a Brand Name J &A and only qualified offerors may submit bids. The solicitation pricing on posting should be consistent with the attached price cost schedule. The following NAICS will also be considered for this solicitation: 334516 - Analytical laboratory instrument manufacturing 334517 - Irradiation apparatus manufacturing 339112 - Surgical and medical instrument manufacturing 446199 - All other health and personal care stores 811219 - Other electronic and precision equipment repair and maintenance The date this solicitation is posted and will end on (close date) 16:00:00.0 Eastern Time or as otherwise displayed at www.FBO.gov. Bid packages shall be e-mailed to derrick.fletcher@va.gov before the solicitation close date and time. The order of selection and priority will be unrestricted not enough Small Businesses. The Department of Veteran Affairs, VHA requires the following items, Purchase Description Determined by Line Item, to the following: SOW/Price Cost schedule (Brand Name Only) Alere Triage test cartridges and consumables. Background Northern Arizona VA Health Care System is in need of test cartridges and consumables to be used with a NAVAHCS owned Alere Triage chemistry analyzer. The Department of Veterans Affairs, Northern Arizona VA Health Care System (NAVAHCS) laboratory department requires the following: Triage Cardiac Triple Marker Panel Triage Troponin I Panel Triage BNP Panel Triage D-Dimer Panel Triage Total Control L1 Triage Total Control L2 Triage Total Calibration Verification 5 Scope of Contract The vendor shall provide the most current blood analysis combined platforms available. The vendor shall provide the facility with Food and Drug Administration (FDA) approved test cartridges and consumables necessary for analyzing/testing on NAVAHCS owned Alere Triage primary and back-up analyzers. 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. SYSTEM FUNCTIONALITY System shall accept whole blood and plasma samples. Vendor shall list the reagents and calibrators that require any additional preparation prior to use such as warming/mixing/reconstitution. Technical support service shall be available during regular office hours 5 business days a week. OTHER The C&A requirements do not apply, and that a Security Accreditation Package is not required. Assessment of testing needs shall be evaluated as needed by the COR 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. Request for instrumentation upgrades or replacement due to workload increase, excessive recalls or field service bulletins 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 test cartridges and consumables may indicate probable non-compliance with the terms of this contract and shallentitle the facility/clinic to its replacement with another system that can produce the required criteria satisfactorily to the user. 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, or other factors. The assessed damages shall be applied to the invoice in the form of a credit or deduction. 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. 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. 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: Benzene Carbon tetrachloride Chloroform Dischloromethane Methyl ethyl ketone Toluene Methyl isobutyl ketone Xylenes Tetrachloro-ethylene Cadmium 1,1,1-Trichloro-ethane Chromium Trichloro-ethylene Cyanide Lead Mercury Nickel QUALITY ASSURANCE Costs to be reimbursed by vendor for loss of test cartridges and consumable due to test cartridge failure. Quality of Service (to include timeliness of service, documentation and communication), of technical support in the event of a test cartridges and consumable failure. Ability of the vendor to supply accurate data for annual contract renewal by required time frames and timeliness of billing reconciliation. Customer satisfaction: meets or exceeds expected timeliness of supplies. Vendor shall provide a list of test cartridges and consumable recalls/bulletins. Vendor shall also provide a list of test cartridges and consumable unavailability due to manufacturing issues. SPECIFIC TASKS: The contractor shall provide test cartridges and consumables, technical support, technical consultation for the operation of the Alere Triage chemistry analyzers. GENERAL Recognized Holidays: New Year s Day Labor Day Martin Luther King Jr. s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Independence Day Christmas Day 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 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 shallnot 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. 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 shallapprise the contractor of how the government views the contractor's performance and the contractor shallapprise 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. Contracting Officer Representative (COR): The (COR) shallbe identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration The COR is authorized to perform the following functions: assure that the Contractor performs the technical requirements of the contract: perform inspections necessary in connection with contract performance: maintain written and oral communications with the Contractor concerning technical aspects of the contract: issue written interpretations of technical requirements, including Government drawings, designs, specifications: monitor Contractor's performance and notifies both the Contracting Officer and Contractor of any deficiencies; coordinate availability of government furnished property, and provide site entry of Contractor personnel. A letter of designation issued to the COR, a copy of which is sent to the Contractor, states the responsibilities and limitations of the COR, especially with regard to changes in cost or price, estimates or changes in delivery dates. The COR is not authorized to change any of the terms and conditions of the resulting order. Place of Performance Northern Arizona VA Healthcare System Pathology and Laboratory Medicine Service (113) 500 Hwy 89 Building 107 Prescott, Arizona 86313 Period of Performance Base: October 1, 2017 through September 30, 2018 Option #1: October 1, 2018 through September 30, 2019 Option #2: October 1, 2019 through September 30, 2020 Option #3: October 1, 2020 through September 30, 2021 Option #4: October 1, 2021 through September 30, 2022 Contracting Officer s Representative (COR) Name: Eliza R. Carnley MLS (ASCP)cm NAVAHCS Laboratory Manager Attachment 1 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. Test Name Estimated Annual Volume Triage Cardiac Triple Marker Panel 700 Triage Troponin I Panel 700 Triage BNP Panel 700 Triage D-Dimer Panel 350 Triage Total Control L1 24 Triage Total Control L2 24 Triage Total Calibration Verification 5 30 Outer packages shall contain the complete contract number, obligation number, and shipping address. A packing list/slip shall be enclosed with shipment and shall include delivery order number, items and quantity ordered, and items and quantity shipped. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by e-mail to derrick.fletcher@va.gov. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be freight on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. (see attached for location) This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and Also see attached documents. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PhVAMC/HMC/VA25817Q0529/listing.html)
 
Document(s)
Attachment
 
File Name: VA258-17-Q-0529 VA258-17-Q-0529_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3790659&FileName=VA258-17-Q-0529-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3790659&FileName=VA258-17-Q-0529-000.docx

 
File Name: VA258-17-Q-0529 P03- Brand Name JA Triage Alere 649-18-1-422-0002 signed final.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3790660&FileName=VA258-17-Q-0529-001.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3790660&FileName=VA258-17-Q-0529-001.pdf

 
File Name: VA258-17-Q-0529 S02 VA258-17-Q-0529 final 9 9 2017.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3790661&FileName=VA258-17-Q-0529-002.pdf)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3790661&FileName=VA258-17-Q-0529-002.pdf

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04672282-W 20170914/170912231456-f03c8a0da40004a8d45f48f589d9c8c4 (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.