Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
DOCUMENT

66 -- Bruker MALDI-TOF Mass Spectrometer and 5 yr warranty and maintenance services. - Attachment

Notice Date
4/12/2018
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;NCO 17 North Texas Healthcare System;NCO 17 Network Contracting Activity;4500 S. Lancaster Road;Dallas TX 75216
 
ZIP Code
75216
 
Solicitation Number
36C25718Q9070
 
Archive Date
5/12/2018
 
Point of Contact
Grace Barr
 
Small Business Set-Aside
N/A
 
Description
The North Texas VA Health Care System (NTXVAHCS) on behalf of North Texas VA Medical Center, is conducting market research to determine Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB) or Small Business (SB), small disadvantaged business, 8(a), Woman Owned Small Business or HUBZone capable of meeting the requirement listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 13. NOTE: TO QUALIFY SDVOSB AND VOSB VENDORS MUST BE CERTIFIED IN THE VA VENDOR INFORMATION PAGES (VIP) DATABASE. The North American Industry Classification System (NAICS) are 334516. Any SDVOSB, VOSB or SB firms who wish to identify their interests and capability to provide this service must notify the Contract Specialist no later than NOON PM Central Time, April 17, 2018. Notification shall be e-mailed to Grace Barr at grace.barr@va.gov. Provide Cage Code and or DUNS number. DISCLAIMER This Source Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Notice that is marked as proprietary will be handled accordingly. In accordance with the Federal Acquisition Regulation, 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 Notice. Statement of Work Purchase a Bruker Matrix Assisted Laser Desorption Ionization-Time of Flight Mass Spectrometry (MALDI-TOF) For Identification of Microbiology Isolates 1. Purpose Requesting a Purchase Agreement for Bruker Matrix Assisted Laser Desorption Ionization- Time of Flight Spectrometry (MALDI-TOF) which will be used in the identification of microbiology organisms 2. Scope Below is a list of items that the vendor will provide as an agreement in the purchase of the Bruker Matrix Assisted Laser Desorption Ionization-Time of Flight Mass Spectrometry (MALDI-TOF Vendor will provide the Bruker Matrix Assisted Laser Desorption Ionization- Time of Flight Spectrometry (MALDI-TOF) instrument and supplies as needed to perform identification of organisms in Microbiology laboratory located in the Dallas Laboratory of Pathology & Laboratory Medicine Service at VANTHCS. PURCHASE INCLUDES THE FOLLOWING ITEMS: 1. BRUKER MALDI BIOTYPER CA SYSTEM (1) 2. LP CONNECT CONNECTION KIT (1) Optional 3. LP CONNECT FOR CLOSED SYSTEMS (1) Optional 4. ASSY DADE BARCODE PRINTER (1) 5. BRUKER FUNGI REFERENCE LIBRARY 1.0 (1) 6. BRUKER MYCOBACTERIA REFERENCE LIBRARY 1.0 (1) 7. WARRANTY ONE YEAR-STANDARD 8. FOUR OPTIONAL YEARS OF MAINTENANCE AND SERVICES Vendor will also sponsor and provide three training courses for technologist in Microbiology. Vendor will provide a warranty on the instrument that will start 12 months after the go live date and provide 4 optional years of preventative maintenance and service. Vendor will provide initial setup that includes verification/validation of the instrument and any additional technical service during the initial phase of the purchase. Testing is cleared by the FDA for in-vitro diagnostic use and is CLA Moderately Complex Testing. Technical assistance and information will be offered on how to best meet the IQCP process. 3. Location The Bruker Matrix Assisted Laser Desorption Ionization- Time of Flight Spectrometry (MALDI-TOF) System will be located and testing will be performed in Microbiology Laboratory of the VANTHCS, Dallas P&LMS. 4. Performance Requirements: Maintenance: The Vendor shall perform preventive maintenance at intervals specified by the manufacturer to ensure proper equipment performance. Maintenance includes the following: 4.1.1 Inventory and recording of systems components. 4.1.2 Monthly deliverables shall be received in full. 4.1.3 Test all components for proper test performance. Equipment shall reproduce results per manufacturer s specifications. 4.1.4 After Preventative Maintenance (PM), the vendor shall submit a detailed work report to the COR for notice at no additional cost to the government. 4.1.5 Delivery of PM parts or material. The vendor shall provide all preventive service materials at no additional cost the government. 4.2. On-call Repairs: On-call repairs are emergency repairs beyond the scheduled maintenance. 4.2.1 The vendor shall provide technical assistance not limited to test performance, or equipment malfunction twenty-four (24) hours a day, seven (7) days a week, including all Federal and religious holidays, via direct communication thru a telephone bank with technically capacitated and certified personnel by the vendor. 4.2.2. The vendor shall respond to a call for on-site repair and be at the job site within two (2) hours during regular working hours, Monday Friday, 0800 16:00 hours. In very urgent cases, an immediate repair can be requested after 1600 hours and on Saturdays, Sundays and Federal holidays. After repair, the vendor shall submit a detailed work report to include all required materials and is to be at no-charge to the facility. 4.2.2.1 If the problem cannot be resolved over the phone the vendor will have a service technician dispatched immediately to resolve the problem. Vendor will agree that if the instrument is a rental agreement and should there be ongoing and/or adverse operating issues with the instrument within the year of purchase, the vendor will work to resolves these problems. If the problems cannot be resolved, vendor agrees to either replace the instrument if customer agrees or void the purchase. 4.2.2.2 If the malfunction is reported to the vendor not later than 1600 hours, the failure elimination shall be started immediately on the same day. 4.3. For delivery of repairs parts or materials the vendor shall provide all parts and materials at no additional cost the government. 4.3.1 Vendor shall remove all parts, equipment or materials replaced, or upgraded by the vendor due to and not limited to repairs, replacements, recall, and upgrades without any cost to the Government. 4.4 Safety 4.4.1 Vendor shall immediately notify the service of any changes in reagents kits composition, procedure modification, recall notification or any changes that will affect the performance of the test or procedure per FDA regulations. 4.5 Test Performance 4.5.1 All test and procedures must comply and be approved by the FDA. 4.5.2. All test, procedures, and equipment must perform at manufacturer specifications, deviations from the performance specifications shall be corrected by the vendor. 4.5.3. All test performance will be evaluated by and not limited for performance thru peer comparison, quality control and CAP peer evaluation per CLIA 5. Period of Performance Purchase Agreement for the Bruker Matrix Assisted Laser Desorption Ionization- Time of Flight Spectrometry (MALDI-TOF) System will be in effect for 365-day period. 6. Deliverables/Supplies This order is for the cost per test procurement of the Bruker Matrix Assisted Laser Desorption Ionization- Time of Flight Spectrometry (MALDI-TOF) System Reagents and supplies will be purchased under the terms of the reagent rental purchase agreement. 6.1 The vendor shall provide on-site training for new personnel (as required) for testing and procedures of afore mentioned, offer or shall conduct instructional course(s) to meet the objectives identified in paragraph 4. In addition, the vendor shall provide handouts and training materials in sufficient quantity for each participant. These are off-the-shelf courses. The vendor shall provide lesson plan, course materials and media (DVD s, CD s, videos, etc. if required) for each procedure at no additional cost. 6.2 The vendor shall deliver all equipment and UPS necessary for test performance at no Government cost. 6.2.1 The vendor shall deliver all and not limited to operational, maintenance, troubleshooting, small repairs, equipment specifications and test manuals. 6.3 The vendor shall install the equipment and perform test verification per manufacturer specification, CLIA, FDA and CAP requirements. 6.4 The vendor shall provide testing slides, reference libraries for fungus and mycobacterium. Vendor will also supply latest software-Lab Pro-MBT V4.40. 6.4.1 If requested supplies are on back-order, vendor is to inform COR as to the estimated time of availability. 6.5 The vendor shall deliver all invoices for review per the established contract at the end of each billing cycle. 6.5.1 All items not contracted shall be specifically detailed on the invoice including description, quantity acquired, and government cost. 6.6 Remedies: 6.6.1 Any changes in reagents or equipment modifications shall be immediately disclosed by the vendor electronically as well as by postal mail with supporting documentation of the change and, detailed guidance against implementation within twenty-four hours of its application or per FDA guidelines. 6.6.2 Additional charges incurred by the government to provide the continuity of contracted tests to patients and not limited to out sourcing, transportation and or any other additional cost shall be covered by the vendor at no additional charge to the government. 7. Salient Requirements: Instrument must consist of the following to meet the needs of the customer: Compact instrument that takes up no more than 3-4 feet of space. Has a high throughput It is random access instrument Have at least capabilities of performing testing not only on bacteria but also fungus and mycobacteria. Has the capability of identifying bacteria in less than one hour. Company can provide an upgraded analyzer if needed when testing volume increases. 8. Vendor Security Contract Requirements. This vendor requires no access to VANTHCS or any VA information system. The Bruker Matrix Assisted Laser Desorption Ionization- Time of Flight Spectrometry (MALDI-TOF) System will be interfaced to the VANTHCS information system. There will be supervised access when the vendor is physically present for technical support, service calls, and scheduled preventative maintenance. The instrument hard drive will remain on site for external repairs or termination of the lease. NO VA DATA OF ANY TYPE SHALL BE TRANSFERRED FROM THE VA. 9. Records Management All records (administrative and program specific) created during the period of the contract belong to VA North Texas Health Care System (VANTHCS) and must be returned to VANTHCS at the end of the contract 10. PERSONNEL QUALIFICATIONS: 101.1. The Contractor shall be responsible for employing technically qualified personnel to perform the work specified in this SOW. The Contractor shall maintain the personnel, organization, and administrative control necessary to ensure that the work delivered meets the contract specifications and requirements. The work history of each contractor employee must contain experience directly related to the task and functions he/she is intended to perform under this contract. The Government reserves the right, during the life of the resulting contract, to request work histories on any contractor employee for the purposes of verifying compliance with the above requirements; additionally, the Government reserves the right to review resumes of contractor personnel proposed to be assigned. Personnel assigned to, or utilized by, the Contractor in performance of work shall be fully capable of performing the requirements contained in the PWS in an efficient, reliable, and professional manner. The normal manner of dress is business casual. 10.2. Specific Personnel Qualifications Requirements Personnel assigned to or utilized by the contractor in the performance of this contract shall, as a minimum: 10.2.1. Be qualified by the contractor as capable to perform as a field service representative. 11. PERFORMANCE STANDARDS AND QUALITY MEASUREMENT: 11.1 Performance standards define desired services. The Government performs surveillance to determine if the Contractor exceeds, meets, or does not meet these standards. The Government shall use these standards to determine Contractor performance and shall compare Contractor performance to the Acceptable Quality Level (AQL). The Quality Assurance Surveillance Plan (QASP) method of surveillance will be by random inspection. 11.2 Performance Evaluation: After acceptance of the contract the system will be monitored for equipment performance including but not limited to; safety (recall Notifications and changes in reagents and equipment notifications), quality assurance (emergency repairs response, hot line troubleshooting response, quality of results compared to peer groups and CAP performance) and documentation (invoice accountability and invoice verification, equipment specification and user manuals), customer satisfaction (response to complaints and laboratory employees training) 11. Quality Assurance Surveillance Plan (QASP) and its performance are as follows: Task ID Indicator Standard Acceptable Quality Level Method of Surveillance Incentive Safety 4.4.1 Recall Notification Timely recall notification of reagent and supplies. 100% Monthly monitoring Exercise of Option Period and past performance. 4.4.1 Changes in reagent and equipment modifications. Timely distribution / notification of 100% Direct Observation Exercise of Option Period and past performance. Quality Assurance 4.2.2.1 Emergency Repairs Within 24 hours <2 Repairs by quarter by equipment. 95% Monthly monitoring Exercise of Option Period and past performance. 4.2.1 Trouble-shooting via phone. Within 24 hours 95% Monthly Monitoring Exercise of Option Period and past performance. 4.5.2 Successful reporting of results Repeat runs are minimal 95% Direct Observation, Quality control reports run as needed. Exercise of Option Period and past performance. 4.5.3 Successful Peer group comparison CAP survey performance 95% Direct Observation CAP survey report Exercise of Option Period and past performance. Documentation 6.5 Invoice Accountability Monthly invoices 100% Invoices received through OLCS via Austin, Texas Exercise of Option Period and past performance. 6.5.1 Invoice Verification Monthly invoices 100% Invoices contain all necessary information for proper processing. Exercise of Option Period and past performance 6.2.1 Equipment specifications and user manuals Provided prior to delivery of equipment. 100% Up to date information supplied by vendor as changed. Exercise of Option Period and past performance Customer Satisfaction 10.2 Substantiated complaints from lab users 1 complaint per quarter 100% Reports of contacts or other documentation. Exercise of Option Period and past performance 6.1 Training of laboratory personnel Provided upon activation of new system. 100% Reports of contacts or other documentation. Exercise of Option Period and past performance NARA RM Language Clause to be included in contracts, as necessary: 1. Citations to pertinent laws, codes and regulations such as 44 U.S.C Chapter 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. 2. Vendor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. 3. Vendor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. 4. Vendor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. 5. Vendor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract or identified in the RCS 10-1. 6. The Government Agency owns the rights to all data/records produced as part of this contract. 7. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Vendor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. 8. Vendor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. 9. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its vendors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. 10. Vendor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-vendor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under or relating to this contract. The Vendor (and any sub-vendor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information. References: VHA Directive 6300 VA Handbook 6300.1 North Texas VA Medical Center Policy VA Directive 6500 36 CFR Part 1222.32 (b)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VANTHCS/VANTHCS/36C25718Q9070/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25718Q9070 36C25718Q9070.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4224006&FileName=36C25718Q9070-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4224006&FileName=36C25718Q9070-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04886973-W 20180414/180412230653-edaa303ad2d3ba8c3b9a073b4ec5737f (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.