SOURCES SOUGHT
66 -- VISN Hemoglobin A1C cost per reportable result (CPRR)
- Notice Date
- 2/12/2020 6:14:49 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 259-NETWORK CONTRACT OFFICE 19 (36C259) GLENDALE CO 80246 USA
- ZIP Code
- 80246
- Solicitation Number
- 36C25920Q0184
- Response Due
- 2/18/2020 8:59:59 PM
- Archive Date
- 03/19/2020
- Point of Contact
- Juanita StreetContracting OfficerNetwork Contracting Office 19Juanita.street@va.gov
- E-Mail Address
-
Juanita.Street@va.gov
(Juanita.Street@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs, VHA, Network Contracting Office (NCO) 19 Rocky Mountain Acquisition Center is seeking potential sources that are capable of providing Hemoglobin A1C, including all equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the quantitative determination of hemoglobin A1c and hemoglobin variant or hemoglobinopathy on a cost per reportable result (CPRR) basis. A services component will also be included in the contract, to provide maintenance, repairs, upgrades, training and a quality control program. This requirement is for the following VISN 19 facilities: Eastern Colorado Health Care System: 1700 N Wheeling St. Aurora, CO 80045 Fort Harrison VA Medical Center: 3687 Veterans Dr. Fort Harrison, MT 59636 Billings Healthcare Center: 1766 Majestic Lane. Billings, MT 59102 Sheridan VA Health Care System: 1898 Fort Rd. Sheridan, WY 82801 Salt Lake City VA Health Care System: 500 Foothill Dr. Salt Lake City, UT 84148. NCO 19 is performing market research to determine if there is a sufficient number of qualified (1) Service-Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); (3) Small or emerging small business firms; or (4) Large businesses who can fulfill the requirement. This Sources Sought notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All SDVOSB, VOSB, small and large businesses capable of fulfilling the requirement are invited to respond. NAICS code to be used for this acquisition is 334516. All interested firms who can meet the requirements stated in Summary of Requirements below should respond, in writing, with the following information: Interest and Capabilities Address and DUNS Business category (SDVOSB, VOSB, Small Business, or Large Business) State if interested firm has a NAC or GSA contract by replying with their applicable contract number Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. Responses and questions may be submitted electronically to: Juanita.Street@va.gov in a Microsoft word compatible format no later than Tuesday, February 11th, 2020 at 12:00pm Mountain Time. PHONE CALLS NOT ACCEPTED. SUMMARY OF REQUIREMENTS: Offered models of clinical laboratory A1c testing instruments shall be capable of producing accurate and reproducible assays on EDTA whole blood specimens by established High Performance liquid chromatography (HPLC) methods. The system must meet the criteria established by the 2019 National Glycohemoglobin Standardization Program (NGSP) Standardization Committee, i.e. 90% of survey results must be within 5% of acceptable mean. Instrument must be approved by the Food and Drug Administration (FDA) A bi-directional, bar-coded computer interface compatible with the current VA laboratory information system must be provided. The instrument shall have random access capability (if discrete testing is required) and be able to simultaneously perform the complete profile as described below. Must meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA), the Clinical and Laboratory Standards Institute (CLSI), and the National Glycohemoglobin Standardization Program (NGSP). Equipment must be able to support multiple barcode formats (Code 39, Code 128) that may be enabled concurrently. Instrument/analyzer must have automated specimen handling/loading system. The requirement shall be offered on a CPRR basis (see below for definition). DEFINITION: Cost Per reportable Result (CPRR): Contractors are required to provide a price for each patient test that can be performed on its equipment. The per reportable patient test price shall include costs covering (a) equipment use, (b) all reagents, calibrators, controls, linearity samples, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of the contractor s equipment and necessary for the generation and reporting of a patient test result, (c) all necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance (preventative maintenance done quarterly if necessary) and emergency repairs), (d) training for Government personnel, and (e) cost of shipping and handling of all reagents, calibrators, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of the contractor s equipment and necessary for the generation and reporting of test results. Contractors are required to provide delivery, installation and removal of equipment at no additional charge. (End of Document)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/19f1b23028d242de92bd434c89270261/view)
- Place of Performance
- Address: Eastern Colorado Health Care System, Aurora, CO;Fort Harrison VA Medical Center, Fort Harrison, MT;Billings Outpatient Clinic, Billings, MT;Grand Junction VAMC, Grand Junction, CO;Sheridan VA Health Care System, Sheridan, WY 80045, USA
- Zip Code: 80045
- Country: USA
- Zip Code: 80045
- Record
- SN05561434-F 20200214/200212230159 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |