Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2018 FBO #6103
DOCUMENT

65 -- VA249-18-AP-5092 MRSA Media for P&LMS - VISN - Attachment

Notice Date
8/7/2018
 
Notice Type
Attachment
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 9;1639 Medical Center Parkway;Suite 400;Murfreesboro TN 37129
 
ZIP Code
37129
 
Solicitation Number
36C24918Q9580
 
Response Due
8/10/2018
 
Archive Date
8/25/2018
 
Point of Contact
Cheri Burton-Crutcher, Contracting Officer
 
E-Mail Address
Cheri.Burton-Crutcher@va.gov
(cheri.burton-crutcher@va.gov)
 
Small Business Set-Aside
N/A
 
Description
The Department of Veterans Affairs Medical Center, Network Contracting Office (NCO) 9, on behalf of Veterans Integrated Service Network (VISN) 9 Health Care System, is issuing this source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a firm-fixed priced indefinite delivery requirement (ID/R) contract for MRSA MEDIA for P&LMS. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 325413. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals or quotes; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. See below requirement details: STATEMENT OF WORK FOR MRSA MEDIA 1. INTRODUCTION: Pursuant to Federal Supply Schedule and FSS Contract Clause I-FSS-646, it is the intent of the Department of Veterans Affairs, MidSouth Healthcare Veterans Integrated Service Network herein afterward referred as VISN 9 to establish a Cost per Test (CPT) for a selective and differential medium for the qualitative direct detection of methicillin resistant Staphylococcus aureus (MRSA). It is the intent of the Government to award this VISN-wide BPA to a single Contractor for the selective and differential medium for the qualitative direct detection of methicillin resistant Staphylococcus aureus (MRSA). The BPA shall be under the FSS Contract, FSC Group 65, Part VII Invitro Diagnostics, Reagents, Test Kits & Test Sets. Contractors agree to the following terms of the BPA exclusively with the VISN 9 facilities listed in Section ____ below. However, as requirements change, facilities within VISN 9 may be added or deleted by supplemental agreement of the Government and the Contractor. All products ordered under this VISN-wide BPA, placed against the Federal Supply Schedule Award Contract(s), are subject to the terms and conditions of the FSS contract. This BPA does not obligate any funds. The Government is obligated only to the extent of authorized orders actually issued under the BPA by authorized individuals. 2. SCOPE OF PROCUREMENT: The standardized microbiology identification of methicillin resistant Staphylococcus aureus (MRSA) selective and differential medium for the qualitative direct detection of MRSA miscellaneous clinical sites and nasal colonization to aid in the prevention and control of MRSA infections in healthcare settings. The MRSA selective and differential medium for the qualitative direct detection of MRSA miscellaneous clinical sites and nasal colonization will meet the VHA Directive 2010-006 Methicillin-Resistant Staphylococcus Aureus (MRSA) Prevention Initiative. MRSA is a gram-positive coccus that is resistant to multiple antibiotics, causes serious disease, and is often difficult to treat. The Contractor is required to provide a continuously stocked inventory required to properly perform MRSA testing and to insure that MRSA testing is not interrupted. These items shall be of the highest quality, sensitivity, specificity and tested to assure accuracy. Expiration dates must be clearly marked on the MRSA media. Unexpected changes in methodology shall be at the expense of the Contractor. Alert/Notification of any delays in shipment as well as any or all technical advisory/recalls/alerts, prior to or simultaneously with field alerts shall be forwarded to the designated individual(s) determined at contract award. Special handling for emergency orders of media: In the event that the shipments are found to be defective and unsuitable for use, or the Contractor has failed to comply with the requirements for routine supply delivery, the Contractor is required to deliver the media within 24 hours of receipt of a verbal order for emergency delivery. If either circumstance has occurred, the Contractor shall deliver to the government site in the most expeditious manner possible without additional cost to the government, the necessary media in sufficient quantity as required to allow operation of the laboratory requirements for one week minimum. If additional requests for emergency supply delivery are required by the government, they shall be honored by the Contractor until the arrival at the laboratory of the quarterly or monthly standing order/routine medial delivery. 3. GENERAL REQUIREMENTS: VISN 9 has a requirement for a selective and differential medium for the qualitative direct detection of MRSA miscellaneous clinical sites and nasal colonization by methicillin resistant Staphylococcus aureus (MRSA) to aid in the prevention and control of MRSA infections in healthcare settings. The MRSA media must allow for efficient identification of MRSA colonized patients or healthcare workers and positive MRSA patients that are a potential reservoir for MRSA transmission and the test can be performed on anterior nares specimens. The MRSA media must allow VISN 9 to implement rapid testing for MRSA to meet the VHA Directive 2010-006 Methicillin-Resistant Staphylococcus Aureus (MRSA) Prevention Initiative. All products offered to VISN 9 must be of the same consistent high quality as would be offered to the general commercial public in the United States. (a) All products are purchased subject to acceptance by the VAMC Microbiology Laboratory Quality Control Group. Products that fail to meet quality control criteria of the Laboratory will not be accepted. Products will be rejected and may be discarded upon receipt if found to be unsatisfactory by the Laboratory s Quality Control Group, or later if deterioration of the product occurs before the outdate. The VAMC will not be financially liable for unacceptable products. (b) All products must be tested for Quality Control by the manufacturer/supplier, and only those products that pass manufacturer/supplier s Quality Control may be sent to the VA Laboratory. The manufacturer will demonstrate documentation of Quality Control performance of any item upon request of the VA Laboratory. (c) The Manufacturer s quality control methods must be completely outlined as to chemical analysis procedures, incubation times and temperatures, sampling quantity, organisms used, source of organisms, and if wild strains are used, the date of their original isolation. Each VAMC Microbiology Laboratory will be provided with this information. Any change in the manufacturer s quality control testing must be completed prior to receipt of the media by the VAMC Microbiology Laboratory. The VAMC Microbiology Laboratory will be notified immediately of any media deficiencies revealed by the manufacturer s quality control procedures. (d) Unless otherwise specified for a particular media type, the agar in all plated media will be at least 3mm deep in all areas of the plate when the media is received by the Laboratory. (e) All defective or inferior products must be replaced within 48 hours at no cost to the VA Medical Center. (f) The VA Laboratory is not required to return unacceptable media, but may do so in the rare case where a limited number of items may be returned to solve a quality control problem. (g) The Laboratory must be notified before any changes take place in products. All product recipes and ingredients must be approved as acceptable by the VA Laboratory. This will be a Firm Fixed Price Contract. 4. ESTIMATED QUANTITIES: The quantities as listed below are estimated yearly requirements. VISN 9 attempts to be as accurate as possible when providing estimated quantities, however, actual quantities required may vary from quantities as listed. All products can be placed on a standing order or requested on an on demand, as needed basis. Delivery orders will be placed via telephone or FAX by authorized VA Medical Center PLMS personnel throughout the contract period.   ANNUAL SITE VOLUME Lexington 1,960 Memphis 480 Mountain Home 14,400 Murfreesboro 2,640 Nashville 7,000     TOTAL: 26,480 5. TERM OF AGREEMENT: This will be a single award, firm-fixed price BPA with one base year and four, one year options and shall be effective for the term of the FSS Contract including additional FSS extensions. The Contractor is required to immediately notify the Contracting Officer (CO), in writing, if at any time the FSS contract upon which this BPA is based, is no longer in force. The resulting BPA shall be automatically extended for the remaining term of the BPA without modification upon any extension of the offeror s FSS contract. In addition, should a new FSS contract replace offeror s current FSS contract, the resulting BPA may be reassigned under the new FSS contract for the remaining term of the BPA with written agreement between offeror and the CO. This BPA is not a contract. If the Contractor fails to perform in a manner satisfactory to the CO, this BPA may be canceled with thirty (30) days written notice to the Contractor by the CO. The Contractor shall also reserve the right to terminate the contract with 30 days notification to the CO. This BPA shall be reviewed annually. VISN 9 intends to establish the base year of the agreement for the period of October 1, 2013 through September 30, 2014. 6. CUSTOMER SERVICE: A company representative shall visit each VISN 9 VA Laboratory no less than once per Quarter to review account, provide product information, answer questions and provide Customer service, handle defective merchandise or take care of any other issues that may arise, however, monthly visits are preferred. 7 ONE LOT PER DELIVERY: Media products must be shipped all in one delivery and only one lot number per line item per delivery order. Multiple deliveries per order will not be accepted. The VA Laboratory reserves the right to return all products delivered when multiple lot numbers are delivered for the same product. 8. ROTATION OF STOCK: To assure rotation of stock at the distributors, each lot of a product received must have an outdate the same or later than lot previously received. ONLY ONE LOT of any item may be shipped per delivery, unless part is the old lot previously received and part is the New lot which will be shipped for the next delivery. ***Three different lots of the same product per delivery are never acceptable*** 9. LOT NUMBERS: The term lot as applies to this contract, is defined as being dispensed from a common reservoir (i.e. plates or tubes are the same lot only if they were poured from the same reservoir after all ingredients were added). 10. SHELF LIFE: All products must be received in the Laboratory with at least 30 days of the shelf life remaining. The manufacturer/distributor will provide and update when necessary a shelf life list (time from production to outdate) for each product purchased. 11. CERTIFICATE OF PERFORMANCE: Company shall provide certificates of performance for each lot shipped stating compliance with manufacturer s standards and CLSI standards where they exist. 12. PRODUCT SUBSITUTION: No product substitutions will be accepted without the prior approval of the VA Medical Center Laboratory Service and the Contracting Officer. Any substitutions of product must have the written approval of the VAMC Microbiology Laboratory Service and the Contracting Officer or his/her designee. 13. ORDERING PROCEDURES: The participating facilities may have standing orders or order products via Electronic Data Interchange (EDI), telephone, facsimile or other written communication, identifying the products by number, quantity, purchase price, address for delivery, and any special instructions. Purchase orders to the contractor shall be placed as follows: Vendor s Contact:_______________________________________ Telephone Number:______________________________________ FAX Number:__________________________________________ Address:_______________________________________________ ______________________________________________________ ______________________________________________________ 14. DELIVERY: All supplies shall be delivered FOB Destination to the following VISN 9 facilities and shall arrive at each VAMC within 5 calendar days after receipt of an order. Deliveries shall be made to: Lexington VA Medical Center 113 CDD Pathology 1101 Veterans Drive Lexington, KY 40502-2236 Memphis VA Medical Center (614/113) Supply Warehouse 1030 Jefferson Avenue Memphis, TN 38104-2193 James H. Quillen VA Medical Center Veterans Way @ Lamont Street Warehouse 205 Mountain Home, TN 37684-4000 VA Tennessee Valley Healthcare System York Campus 3400 Lebanon Pike Murfreesboro, TN 37129 VA Tennessee Valley Healthcare System Nashville Campus 1310 24th Avenue South Nashville, TN 37212 All deliveries shall be accompanied by a delivery ticket or sales slip which shall contain: vendor s name, purchase order number, date of order, date of delivery, itemized list of products furnished including product description and quantity shipped. Delivery Orders issued shall be identified by the BPA number and the FSS Contract Number. 15. F.O.B. DESTINATION: F.O.B. Destination prices are preferred and encouraged, but are not required. If prices are not quoted F.O.B. Destination, then the following information must be provided for each item: F.O.B. POINT:___________________________________________________________ SHIPPING WEIGHT:______________________________________________________ NUMBER AND KIND OF PACKAGE:_______________________________________ SPECIAL HANDLING COSTS, IF ANY:_____________________________________ ESTIMATED SHIPPING COSTS:___________________________________________ 16. FEDERAL SUPPLY SCHEDULE: Where applicable bidder shall indicate any bid items currently offered that are on his Existing Federal Supply Schedule (FSS) contract to include item numbers, contract number, FSC Group and expiration date. FSS Contract Number:___________________________________________________ FSC Group:____________________________________________________________ Contract Expiration Date:_________________________________________________ Line Items to which contract applies:________________________________________ NOTE: If any item(s) listed is found on an offeror s current Government Contract, a copy of contractor s current government contract shall be included with the return of this request for proposal. 17. CHANGES/MODIFICATIONS: Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Any and all modifications for changes in: the prices, terms or conditions of this contract, will be prepared for signature by the VA Contracting Officer. 18. RECALLED AND DEFECTIVE PRODUCTS: The Contractor will immediately notify the Contracting Officer of any recalls of product or other important product safety issues. As appropriate, the Contractor will replace and/or reimburse recalled/defective products at no cost to the Government. The Contractor may be liable for costs processing recalls, i.e. administrative and clinical services to replace recalled/defective products. 19. MSDS, HAZARDOUS MATERIALS AND WASTE ANALYSIS: The offeror is required to provide a list identifying any hazardous materials defined as Hazardous under the latest version of Federal Standard No. 313 that may be provided as a part of this contract. Material Safety Data Sheets (MSDS) shall be submitted for all products. Contractor will provide a complete chemical analysis of waste, to include mercury, sodium azides, carcinogens, reproductive toxins, acute toxins and all other waste that may be considered ignitable, corrosive, reactive or toxic. Contractor will also be required to provide additional subsequent waste analysis studies in the case of any new test or new test formation introductions. Documentation of all analysis will be provided to the VA Contracting Officer for review by the VISN 9 Green Environmental Management Systems (GEMS) Coordinator prior to contract award or introduction of new product after award. 20. REPORTS: The Contractor shall provide to the Contracting Officer and the VISN 9 P&LMS Program Manager a copy of a quarterly report of sales, by ordering facility, within 15 calendar days after the close of each quarter s business. Reports are to reflect, as a minimum, total net sales, amounts before discount, and discount amounts by ordering facility along with the raw data that was used to generate the reports. These reports shall be used to monitor the commitment of each facility, reporting the savings realized and shall be shared with each participating facility, personnel associated with acquiring the products, and respective Laboratory personnel. There will be no additional charges for any reports required as part of the BPA. 21. REFERENCES: VHA Directive 2207-002, Methicillin-Resistant Staphylococcus Aureus (MRSA) Initiative. BASED ON THE RESPONSES TO THIS SOURCE SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to provide these supplies/services are invited to submit a response to this Sources Sought Notice by 1:00pm CST, Friday, August 10, 2018. All responses under this Sources Sought Notice must be emailed to cheri.burton-crutcher@va.gov, Subject Line Title: VISN 9 MRSA MEDIA Contract. SAM: Interested parties shall be register in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. The SAM can be obtained by accessing the internet at www.sam.gov or by calling 1-866-606-8220. DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. In accordance with FAR 15.201(e), 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 RFI.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/NaVAMC/VAMCCO80220/36C24918Q9580/listing.html)
 
Document(s)
Attachment
 
File Name: 36C24918Q9580 36C24918Q9580.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4529604&FileName=36C24918Q9580-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4529604&FileName=36C24918Q9580-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN05023587-W 20180809/180807231051-ecab661ec8a86a85af1da54ed6e4486e (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.