SOLICITATION NOTICE
66 -- VISN 19 Fingerstick Glucose handheld analyzers, strips, parts, accessories and services on a cost per strip/cost per test basis.
- Notice Date
- 7/23/2019
- Notice Type
- Combine Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25919Q0397
- Response Due
- 8/12/2019
- Archive Date
- 9/11/2019
- Point of Contact
- Juanita.Street@va.gov
- Small Business Set-Aside
- N/A
- Description
- Page 16 of 18 COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS GENERAL INFORMATION Document Type: Combined Solicitation/Synopsis Solicitation Number: Requirement: 36C25919Q0204 Fingerstick Glucose Posted Date: 07/23/2019 Original Response Date: 08/12/2019 Current Response Date: 08/12/2019 Product or Service Code: 6640 Laboratory Equipment Set Aside (SDVOSB/VOSB): No Set-Aside NAICS Code: 334516 Analytical Laboratory Instrument Manufacturing CONTRACTING OFFICE ADDRESS Department of Veterans Affairs Network Contracting Office 19 6162 S Willow Dr. Ste. 300 Greenwood Village, CO 80111 DESCRIPTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation document will not be issued. This solicitation is a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02 (effective 06/05/19). The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000 employees. Network Contracting Office 19 located at 6162 S Willow Dr. Ste 300, Greenwood Village, CO 80111 is seeking to purchase Fingerstick Glucose handheld analyzers, reagents (includes testing strips, linearity kits and quality controls), supplies, parts, accessories and any other item required for the proper operation of its contractor owned handheld analyzers and peripherals necessary for the generation of fingerstick glucose cost per test (CPT). All interested companies shall provide quotations for the following: SUPPLIES SCHEDULE Table 1.1: VISN 19 Facility Estimated Annual Volumes CBOC: Community Based Outpatient Clinic VAMC: VA Medical Center Facilities Glucose Strips Estimated Annual Usage Billings Community Based Outpatient Clinic 3,500 Cheyenne VA Medical Center 29,000 Eastern Oklahoma VA Health Care System 48,500 Fort Harrison VA Health Care System 19,800 Grand Junction VA Medical Center 14,200 Oklahoma City VA Health Care System 117,143 Rocky Mountain Regional VA Medical Center 114,492 Salt Lake City VA Health Care System 58,596 Sheridan VA Health Care System 20,400 TOTAL Estimated Annual Volumes 425,631 Table 1.2: Urinalysis Cost per Reportable Result Quotes Item Description Estimated Annual Volumes (VISN 19 Total) Cost per Strip/Cost per Test Estimated Annual Total Cost (CPT * 5 years) 1 Glucose Strips 425,631 STATEMENT OF WORK SCOPE: The Contractor shall provide all handheld analyzers, reagents (includes testing strips, linearity kits and quality controls), supplies, parts, accessories and any other item required for the proper operation of its contractor owned handheld analyzers and peripherals necessary for the generation of fingerstick glucose cost per test (CPT) services on behalf of the following VISN 19 locations: Rocky Mountain Regional VA Medical Center (RMRVAMC), 1700 North Wheeling Street, Aurora, CO, 80045 Billings VA Healthcare Center, 1766 Majestic Lane, Billings, MT. 59102 Fort Harrison MT VA Health Care Center 3687 Veterans Drive, P. O. Box 1500 Fort Harrison, MT 59636 Cheyenne VAMC 2360 East Pershing Blvd., Cheyenne WY 82001 Sheridan VAHCS, 1898 Fort Rd, Sheridan WY Oklahoma City VA Health Care System (OKCHCS), 921 NE 13th Street, Oklahoma City, OK Jack C. Montgomery VAMC, 1011 Honor Heights Drive, Muskogee, Oklahoma 74401 Grand Junction VAMC, 2121 North Avenue, Grand Junction, CO 81501 George E. Wahlen VAMC 500 Foothill Blvd. Salt Lake City, Ut 84148 Analyzers are specialized handheld analyzers for the testing of specific parameters of whole blood for therapeutic monitoring and routine testing. The handheld analyzers use test strips and has the hardware capability to attach a lance to prick an individual s finger for glucose testing. The analyzer(s) provided by the contractor shall be handheld/portable, bedside units for use primarily in the clinical areas of the hospital or clinic. DEFINITION/ACRONYMS: CAP - College of America Pathologists JC Joint Commission QC Quality Control CPT Cost per Test: Definition: The cost per test price shall include costs covering (a) equipment use, (b) all reagents, standards, controls, parts, accessories and any other item required for the proper operation of the contractor s equipment and necessary for the generation of a patient reportable result. This does not include those items approved for exclusion by the government such as printer paper, labels etc. This cost per test price shall also encompass all costs associated material to perform as well as all other costs associated with quality control (provide control material or credit to purchase controls from other vendor), calibration and correlation study testing that is prescribed by Clinical and Laboratory Standards Institute (CLSI) (c). All necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs and (d) training for Government personnel. Contractors are required to provide delivery, installation and removal of equipment at no additional charge. GENERAL REQUIREMENTS: All models of clinical laboratory handheld analyzers shall be capable of producing accurate and reproducible assays on blood by established in vitro diagnostic methods. Models shall provide accurate test assay result for sample specimens up to the manufacturer s defined maximum test per hour without excessive malfunctions, breakdowns, or service calls. All handheld analyzers and equipment shall be current state-of-the-art equipment. Remanufactured and discontinued models will not be accepted. The contractor shall provide all upgrades to the equipment hardware and operating system software, at no additional cost to the Government. The contractor shall provide technical support for the software programs required for data management and interfacing results into VISTA. These enhancements shall be delivered and installed at the medical facility within 60 days of issuance. The handheld analyzers and equipment shall be in current production. Discontinued models that are only being made available as remanufactured equipment are not acceptable. An operator s manual shall be furnished with each instrument supplied to VA as the equipment is delivered and updates to the manual shall be provided. Contractor s handheld analyzer shall conform to all facilities existing space constraints. The handheld portable point of care unit, capable of being used at the bedside, provided by the contractor shall fit within a 12 X 12 X 12 space (measurement in inches). Units required by each organization: Rocky Mountain Regional VA Medical Center Analyzers 80 with additional units as needed Downloader appropriate number of downloaders for the number of locations Carrying cases appropriate number of carrying cases for the number of analyzers Billings VA Healthcare Center Analyzers - 10 with additional units as needed. Downloaders - 10 Carrying cases appropriate number of carrying cases for the number of analyzers Fort Harrison MT Healthcare Center Analyzers - 37 with additional units as needed Downloaders - 24 Carrying cases appropriate number of carrying cases for the number of analyzers Cheyenne WY VAMC Analyzers 22 with additional units as needed Downloader 22 with additional units as needed Printer 1 for the data management system Carrying cases appropriate number of carrying cases for the number of analyzers Sheridan WY VAHCS Analyzers 44 with additional units as needed Downloaders 24 with additional units as needed Carrying cases appropriate number of carrying cases for the number of analyzers Oklahoma City Health Care System Analyzers 90 with additional units as needed Downloaders appropriate number of downloaders for the number of analyzers Carrying cases appropriate number of carrying cases for the number of analyzers Jack C Montgomery VAMC Analyzers - 33 with additional units as needed. Downloaders - 33 with additional units as needed Carrying cases 33 with additional units as needed Grand Junction VAMC Analyzers 25 with additional units as needed Downloaders 20 Carrying cases appropriate number of carrying cases for the number of analyzers 9. Salt Lake City VAMC Analyzers 61 with additional units as needed. Downloaders 61 with additional units as needed. Carrying Cases 61with additional units as needed. Contractor shall supply each location within VISN 19 with a six-month supply of a single lot of reagents (includes test strips and linearity kits) and controls. Maintenance and Repairs: Emergency repairs shall be performed after initial telephone notification that the equipment fails any parameters. The contractor shall provide the Government with a designated point of contact and telephone number and shall make arrangement to enable the maintenance representative to receive such notification. The contractor shall repair or replace (replace defined as in place and functioning in the facility), at any/all locations specified in the Statement of Work, any malfunctioning equipment within forty- eight (48) hours after receipt of initial telephone notification of a malfunction. Contractor shall provide maintenance coverage and technical support service to assist in troubleshooting 24-hours per day, seven days per week including all Federal holidays for all locations. Contractor shall provide written report/email of notification of corrective action. Should the repair record of any individual piece of laboratory equipment reflect a downtime of 5% of greater of the normal working days in one calendar month, a determination will be made by the designated representative of the Government at the using facility to replace the initial laboratory equipment with new equipment. The responsibility for maintaining the equipment furnished in good condition in accordance with manufacturer s instruction, shall be solely that of the contractor. Each instrument provided by the contractor shall maintain an uptime of 95% in each month of the term of the agreement. Training: contractor shall provide training for all operators and Ancillary Testing Coordinators for use of the new equipment. SPECIAL REQUIREMENTS: In addition to the general requirements stated above, the contractor shall meet the following special requirements: The contractor s unit shall have the ability to be fully VISTA compatible using the UNIPOC system. The system shall be easily able to accommodate standard infection control practices such as isolation protocols and cleaning in-between patients. Provide QC lock out and operator lock out. Shall provide a minimum turnaround time for samples of 20 seconds. Shall be compatible with the data management System UNIPOC. Shall be capable of operating at high altitudes with no interferences. Shall provide calibrations per VACO requirements. Require minimal maintenance. Size and weight of device as well as device features shall provide ease of use. Shall be easy to troubleshoot. All equipment, controls, calibrators and reagents shall be included in the cost per test quoted. Instruments shall be moveable for transport to bedside without recalibration. Must be Food and Drug Administration (FDA) approved for the intended use described within, and meet the quality requirements of the College of American Pathologists (CAP), Clinical Laboratory Improvement Amendments (CLIA) and The Joint Commission (TJC). The glucometer accuracy specifications for venous blood should comply with current FDA guidance or as below using a comparator method in the main laboratory. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (23-JUL-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/VARMCCC/VARMCCC/36C25919Q0397/listing.html)
- Record
- SN05378896-F 20190725/190723230049 (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 |