Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2019 FBO #6314
SOURCES SOUGHT

66 -- Urinalysis CPT

Notice Date
3/6/2019
 
Notice Type
Synopsis
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
00504;Department of Veterans Affairs;Contracting Section;7201 I-40 West Suite 100;Amarillo TX 79106
 
ZIP Code
79106
 
Solicitation Number
36C25719Q0446
 
Response Due
3/18/2019
 
Archive Date
5/17/2019
 
Point of Contact
Robyn.Nussbaum@va.gov
 
Small Business Set-Aside
N/A
 
Description
The West Texas VA Health Care System (WTVAHCS) in San Antonio, Texas is seeking Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), or other small business sources capable of meeting the requirement listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12. 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) is 334516. Any SDVOSB, VOSB, or small business firms who wish to identify their interests and capability to provide this product must provide product specifications, performance and delivery information by notifying the Contract Specialist no later than NOON PM Central Time, March 18, 2019. Notification shall be e-mailed to Robyn Nussbaum, at robyn.nussbaum@va.gov. Any vendor who responds to this Notice must provide credentials to perform the requirement as outlined in the below scope. DISCLAIMER This Sources 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. SCOPE: West Texas VA Healthcare System is in need of replacement analyzers to perform Urinalysis testing on our patient population. The vendor shall provide a Cost Per Reportable Result (CPRR) program to include the equipment, service, consumables, reagents, controls and calibrators necessary to operate system(s). This CPRR program will not include barcodes, tubes and paper. Training and associated expenses for 2 key operator(s) per instrument is included (training will be used within 12 months of instrument installation). DEFINITIONS/ACRONYMS A. CO - Contracting Officer C. Contractor and/or Supplier/Installer - Company performing work under this contract. D. NFPA - National Fire Protection Association. E. VAMC - Department of Veterans Affairs Medical Center F. VAH - Department of Veterans Affairs Hospital G. JACHO - Joint Commission on Accreditation Of Healthcare Organizations H. FSE - Field Service Engineer/Technician I. UL -Underwriters Laboratoriesft J. OSHA Occupational, Safety and Health Administration K. OEM Original Equipment Manufacturer EQUIPMENT REQUIREMENTS 1) Specifications of component equipment as set forth in this section are minimum specifications, unless otherwise stated, and shall not be construed as limiting the overall quality, quantity or performance characteristics of items furnished in the system. The Contractor Furnished Equipment (CFE) shall meet or exceed the minimum requirements and shall be held responsible for the supply, performance and overall quality of the contractor s furnished equipment. 2) All equipment to be supplied under this specification shall be the newest and the most current model of a standard product of a manufacturer of record. A manufacturer of record shall be defined as a company whose main occupation is the manufacture for sale of the items of equipment and which: a) Maintains a factory production line. b) Maintains a stock of replacement parts for the item. c) Maintains engineering drawings, specifications, operating manuals and maintenance manuals. d) Has published and distributed descriptive literature and equipment specifications on the equipment. 3) Urinalysis equipment must meet the following specifications: a) The vendor will provide each facility with Food and Drug Administration (FDA) approved analyzer/equipment, reagents, controls, calibration materials, disposables, and any consumable parts necessary for analyzing/testing. Tests shall be vendor supported. The analyzer must be able to perform all assays listed in number 18. b) Equipment shall have accurate capability of monitoring reagent usage. c) 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, UPS, interface boxes and surge suppressors. Any items excluded by the vendor shall be delineated in their technical proposal. The cost of the excluded items shall be incorporated in the quote. d) Must meet performance and characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). e) Sufficient capacity to meet the volume and service demands of a minimum of 5,000 samples per month. The analyzer must be able to perform testing on low volume specimens down to 4 mls of sample. f) Bi-directional, bar coded computer interface. The fully operational interface (both hardware and software) must be immediately available for implementation to the VA VistA hospital information system/and or Cerner LIS system for real time data transmissions. Interfacing requirements to be provided by the vendor: Instrument LIS physical connection and translation (drivers). Must be compatible with Dawning Technologies system, Vista, and Cerner Information Systems. Any additional hardware and software needed to interface the analyzer and technical assistance with interfacing the analyzer g) The total equipment footprint, when installed, must not negatively impact the functionality/operations of the Pathology & Laboratory Service nor will it require significant and/or costly infrastructure changes. The available space is 50 inches wide X 30 inches deep. h) Printer with capability of printing a chartable patient report with the complete patient results on a single sheet. i) Uninterruptible power supply for the analyzer. j) Automated sampling system. All analyzers must have primary tube sampling capability and be able to sample directly from aliquot containers and specimen tubes of various sizes with no sample preparation necessary. k) Analyzer shall have diluting capability with the analyzer calculating the final result. l) System shall accept urine, and other body fluids. m) System shall have positive sample identification to reduce possible sources of error/delay and to improve laboratory efficiency. n) System shall have a design that removes the possibility of reagent or sample carryover, or at the very least have a mechanism in place that notifies the technician of the possible carryover. Carryover studies shall be performed, as applicable, as part of the initial evaluation of the instrument. Vendor shall provide interpretation of raw data the instrument installed. Vendor shall also provide documented evidence confirming the system design removes the possibility of any reagent or sample carryover. System must have documented evidence that there is no reagent carryover interference with other onboard assays. o) Must process specimens through all steps so that specimen does not have to be carried by human hands between the components of the analyzer. p) The analyzers must have a comprehensive QC Program for all tests which includes at a minimum the following options: QC files with automatic calculations of mean and standard deviation of individual lots with data storage. The ability to view and print daily and monthly QC results The ability to view and print Levy Jennings graphs On-line documentation of out of range QC QC acceptance criteria built in q) Equipment shall be able to store and retransmit records (at least 24 hours of maximal instrument throughput) in case of interface downtime. Must have ability to backup and store patient data on external media. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-MAR-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/VA/VAAHCS/VAAHCS/36C25719Q0446/listing.html)
 
Place of Performance
Address: West Texas VA Health Care System;P&LMS Section;300 Veterans Blvd;Big Spring, TX
Zip Code: 79720
Country: United States
 
Record
SN05241527-F 20190308/190306230026 (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.