Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2023 SAM #7934
SOURCES SOUGHT

Q -- ANATOMIC PATHOLOGY SOLUTIONS ""BRAND NAME OR EQUAL TO CLINISYS"" - IAW SOW MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER

Notice Date
8/16/2023 12:59:22 PM
 
Notice Type
Sources Sought
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24523Q1078
 
Response Due
8/23/2023 12:00:00 PM
 
Archive Date
09/02/2023
 
Point of Contact
Mohsin Abbas, Contract Specialist, Phone: 202-745-8000
 
E-Mail Address
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
 
Awardee
null
 
Description
Page 5 of 5 THIS REQUEST FOR INFORMATION (RFI) - IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). SEE ATTACHMENT FOR DETAILS: ANATOMIC PATHOLOGY SOLUTIONS BRAND NAME OR EQUAL TO CLINISYS IAW SOW (STATEMENT OF WORK) MUST PROVIDE AN AUTHORIZED DISTRIBUTOR LETTER IF YOU ARE NOT THE MANUFACTURER This is a requirement for: U.S. Department of Veterans Affairs Washington DC VA Medical Center (VAMC). DESCRIPTION: The Washington DC VAMC requires the contractor to deliver within 90 days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Washington DC VA Medical Center WAREHOUSE 50 Irving Street NW Washington DC, 20422 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. IAW 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. Note: The contractor shall deliver required commodities (Please see attachments) no later than 90 days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** Legal Business/Company Name (as it is indicated in www.sam.gov). Unique Entity ID UEI (SAM) and DUNS Number Contract Number: GSA or Open Market (SAM.GOV). If GSA Contract, what schedule and SIN. Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number and email address. Must provide an Authorized Distributor or Reseller letter if you, not the manufacturer. Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Must identified each line items are on the Open Market (SAM.GOV) or on the GSA. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be verified in the SBA Website, U.S. Small Business Administration: https://veterans.certify.sba.gov, at the time of receipt of quotes and at the time of award. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov. No Telephone responses shall not be accepted. Responses must be received no later than Wednesday, August 23, 2023, by 3:00 PM EST. Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in SAM.GOV/Open Market or GSA eBuy. Attachment 1: GRAY MARKET PREVENTION LANGUAGE: A.1 VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) A.2 VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) FAR 52.212-2 Evaluation-Commercial Items: Must provide an authorized distributor or reseller letter if you are not the manufacturer. A copy of the authorized distributor or reseller letter from the manufacturer to verify that you are an authorized distributor or reseller of the products/services. SHALL BE SUBMITTED WITH THE QUOTE AND IS MANDATORY WHEN QUOTE IS SUBMITTED DURING THE SOLICITATION RFQ PHASE. STATEMENT OF WORK (SOW) Contract Title. Anatomic Pathology Solution Background. The Washington DC VA Medical Center has a requirement for a new anatomic pathology (AP) workflow manager software that is capable of tracking specimen from collection in the clinical area across the laboratory processing and reported into the patient record. Currently, the facility has no workflow manager for pathology specimen, and specimen identification is inputted manually into VistA at ingress and periodically throughout its processing. The final pathologist s report is then manually entered into the patient record interface, Computerized Patient Record System (CPRS). This is creating workflow issues for the end-user as the current process is not optimized and creates the risk opportunity for loss of specimen data. Scope of Work. The procurement shall include all parts, materials, labor, software/licenses, resources, and training required to implement and utilize the equipment/system to their fullest capacity. All items must be covered by manufacturer s warranty and procured through a manufacturer-approved distribution channel. Distributers and resellers must be able to document ability to provide items through manufacturer-approved distribution channels upon request. The Anatomical Pathology Solution would be able to integrate with existing laboratory processes and systems. To include but not limited to the following: Laboratory Instrument Manager (Data Innovations) Patient Record (CPRS, VistA, Cerner Millennium) Patient Query Worklist Slide Printer (Leica GT450) Cassette Printer (General Data) Grossing Station (Mopec) Dictation Software (Nuance Dragon) Barcode scanner (Honeywell) National Cancer Screening Register (NCSR) Server Virtualization (Nutanix) Specifications. 4.1 Equipment Line- Item Description Quantity Pathology Solution (include workstation applications and required storage and interface servers as required) 111 1-Year Maintenance 111 Implementation 111 4.2 Required Features Manage workflows across multiple laboratories or sites. Can integrate with digital pathology systems, VistA, Cerner, Integration link to the following lab equipment GT450 Leica Scanner General Data Slide Printer Mopec Cassette Printer Provides data analytic tools. The software can generate mandated cytopathology statistics. Monitors key performance indicators. Tracks specimen across the laboratory Allows user to generate custom reports (pdf format) Supports structured pathology reporting (synoptic reporting) Have the capability to track cases from the clinics to the pathologist sign-out. Create reports that conform to College of American Pathologist (CAP) and VA Cancer Committee Must be conform to a HL7 interface. Compatible with other systems conforming to HL7 standard specifications. Subject to VA networking requirements (ERA, TRM) Client/workstation application (bedside, OR, clinic) Customizable Pathologist reporting application Image storage for approximately 30,000 specimens/studies per year Worklist query (OTD/OTR through HL7 interface) Assign ascension number to each study. Virtual first policy support server virtualization Must be running support OS and SQL versions. On-site installation. Meets the College of American Pathologists (CAP) Laboratory Accreditation Program requirements: All reports are reviewed and signed by the pathologist or other qualified physicians. Significant and unexpected surgical pathology findings are communicated, and records of communications are retained. Reports can be amended. Supplementary reports / Addenda can be issued. All surgical pathology reports include gross descriptions, information essential for diagnosis in patient care and essential processing information (note by EP: All reports also must include list of specimens, clinical history, and clinical differential diagnosis) All required data elements and applicable CAP cancer protocols are included with appropriate responses using a synoptic format for primary invasive malignancies as well as cases of ductal carcinoma in situ of the breast. There is a process to correlate the results of special studies with the morphologic diagnosis. The cytopathology report includes all the following elements: 1. Name of patient and unique identifier #2. Age and date of birth of the patient 3. Date of collection 4. Session #5. Name of submitting physician on clinic 6. Name of responsible reviewing pathologist 7. Name and address of the laboratory location where the test was performed 8. date of report 9. Test performed 10. anatomic source and type of specimen 11. basis of abandonment if applicable Cytopathology report elements: 1. Date specimen received/session 2. Description of specimen of receipt 3. Description of fixative and 3 analytic variables 4. designation of automated screening desires when applicable 5. diagnosis (EP: 6. Microscopic description) A cross index with histological material is maintained. (Note by EP: Cytology histology correlation is currently done manually) Specimen tracking including circulation referral, transferring received of material including materials for consultation and legal proceedings is ensured. Specific Tasks. 5.1 Delivery. All equipment shall be delivered to: Washington DC VA Medical Center 50 Irving St NW Washington, DC 20422 ATTN: VHAWAS Equipment Committee Contract VA Purchase Order (PO) number shall be included with delivery information (e.g., packing slip). Note: PO number starts with station code 688 followed by a letter and 5 digits (e.g., 688A12345) Delivery Hours: The Warehouse is open to receive deliveries Monday through Friday, 8:00 a.m. to 4:00 p.m., excluding holidays. Contractor shall coordinate delivery with the on-site Point of Contact (POC) and provide shipment tracking information. Contractor shall verify delivery date and time with the on-site POC at least 3 business days prior to scheduled delivery. Delivery is required within 90 days from award of the contract. 5.2 On Site Procedures. COVID-19 Screening: All persons entering the facility shall be subject to screening for COVID-19 per the current CDC (Center for Disease Control) guidelines. Mask Requirement: All contractors shall wear masks while indoors. Contract personnel are required to identify themselves as such to avoid creating an impression in the minds of members of the public that they are Government Officials. Time spent on site shall be for a period sufficient to complete the work set forth in the statement of work. On site visits shall be scheduled in advance with the designated on-site POC. Contractor shall check in and out with Biomedical Engineering prior to visiting the worksite for each day of work. The VA campus is non-smoking. Contractor personnel are required to comply with this policy. Parking: it is the responsibility of the Contractor to park in the appropriate designated parking areas. Contractor personnel s tool bags are subject to inspection. 5.3 Installation/Implementation. Installation/Implementation will be completed by personnel certified and knowledgeable with the designated equipment/system. Installation shall be completed within the period of performance. Contractor shall be responsible for any Personal Protection Equipment (PPE) required when performing work on site. Contractor shall submit all removable media to be used on a VA system to Biomedical Engineering for scanning with anti-virus software prior to use. In the case turn-in, exchange, repair, or replacement of equipment containing hard drives used by the VA, the hard drives shall be removed from the equipment and remain in possession of the VA (this includes loaned or rented equipment). The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor, unless corrective action is taken. Any damaged material (i.e., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. 5.4 Training. Contractor shall be responsible for providing training to clinical staff/users. Training is to be scheduled in advance with the designated on-site POC. Education shall be provided prior to and/or at time of installation. Education professional shall be certified to provide instruction on the designated equipment/system. Education curriculum must include: operations and set-up, user maintenance, safety, and user troubleshooting tips. 5.5 Inspection and Acceptance. Contractor shall conduct a joint inspection with the on-site POC upon completion of installation. In the event deficiencies are identified, the contractor shall provide the date when the identified deficiencies will be addressed if not addressed on the date of installation. The Contractor shall conduct a joint inspection with the on-site POC after addressing all deficiencies. All deficiencies identified in the joint inspections shall be corrected by the Contractor prior to Government acceptance of the item. Any disputes shall be resolved by the Contracting Officer. 5.6 Deliverables. The Contractor shall provide the below documentation for the proposed equipment to VHAWASEquipmentRequests@va.gov within 10 business days of work completion: Service report. Warranty information. Electronic copy of the Operators Manual. Electronic copies of the complete technical service manuals, including troubleshooting guides, necessary diagnostic software and equipment information, schematic diagrams, and parts lists. Hours of Operation. DC VAMC s normal business hours are Monday-Friday, 8:00 am to 4:30 pm, excluding observed Federal holidays: New Year s Day Labor Day Martin Luther King s Birthday Columbus Day President s Day Veteran s Day Memorial Day Thanksgiving Day Juneteenth Christmas Day Independence Day Any other national holiday as declared by the President of the United States Period of Performance. Delivery within 90 days from contract award. Invoicing. Contractor shall submit a consolidated invoice monthly in arrears of the month for which services are being billed. One all-inclusive monthly invoice shall be provided, which shall contain an invoice number, contract number, obligations order number, and an itemized list of services provided. An acceptable master (all-inclusive) itemized list of services shall be agreed to between the Contractor and the COR prior to submission of the first invoice. All invoices from the contractor shall be submitted electronically in accordance with VAAR Clause 852.232-72 Electronic Submission of Payment Requests. VA s Electronic Invoice Presentment and Payment System (IPPS) The VA Financial Services Center (FSC) uses a third-party contractor, Tungsten, to transition vendors from paper to electronic invoice submission. Please go to this website to begin submitting electronic invoices, free of charge: http://www.tungsten-network.com/US/en/veterans-affairs/. More information on the VA FSC is available at: http://www.fsc.va.gov/einvoice.asp. Vendor e-Invoice Set-Up Information: To begin submitting your electronic invoices to the VA FSC for payment processing, free of charge, please contact Tungsten at the below phone number or email address: Tungsten e-Invoice Setup Information: 1-877-489-6135 Tungsten e-Invoice Email: VA.Registration@Tungsten-Network.com If you have a question about the e-invoicing program or Tungsten, please contact the FSC at the below phone number email address. FSC e-Invoice Contact Information: 1-877-353-9791 FSC e-Invoice Email: vafsccshd@va.gov Contract Type. Firm-Fixed Priced Contract Evaluation Factors. IAW SOW, as specified in 3, Scope of Work & 4, Specification (Required Features) Price Must provide an Authorization Distributor Letter. Delivery Lead Times LINE-ITEM DESCRIPTION BRAND NAME OR EQUAL TO CLINISYS IAW SOW (STATEMENT OF WORK) 2 PRICE/COST SCHEDULE ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 BD __________________ __________________ ANATOMIC PATHOLOGY SOFTWARE PATHOLOGY SOLUTION (INCLUDE WORKSTATION APPLICATIONS AND REQUIRED STORAGE AND INTERFACE SERVERS AS REQUIRED) BRAND NAME OR EQUAL TO CLINISYS CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 334516 - Analytical Laboratory Instrument Manufacturing PRODUCT/SERVICE CODE: Q301 - Medical - Laboratory Testing MANUFACTURER PART NUMBER (MPN): N/A LOCAL STOCK NUMBER: N/A 0002 1.00 JB __________________ __________________ IMPLEMENTATION AND DATA MIGRATION BRAND NAME OR EQUAL TO CLINISYS CONTRACT TYPE: FIRM-FIXED PRICE PRINCIPAL NAICS CODE: 334516 - Analytical Laboratory Instrument Manufacturing PRODUCT/SERVICE CODE: Q301 - Medical - Laboratory Testing MANUFACTURER PART NUMBER (MPN): N/A LOCAL STOCK NUMBER: N/A GRAND TOTAL __________________
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f474a47a69694b949e2d6eb7bad07013/view)
 
Place of Performance
Address: Washington DC VA Medical Center 50 Irving Street NW Washington DC 20422 20422, USA
Zip Code: 20422
Country: USA
 
Record
SN06793958-F 20230818/230817085801 (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 |
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.