Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 19,1996 PSA#1640

Department of Veterans Affairs Medical Center, 50 Irving Street, N.W., Washington, DC 20422

65 -- WHOLE BLOOD AND BLOOD COMPONENTS/SERVICES (HUMAN) SOL IFB 688-64-96 DUE 080296 POC Tyrone Lassiter, Contracting Officer, (202) 745-8467 Invitation for Bids No. 688-64-96 is a combined synopsis/solicitation for commercial items for the Department of Veterans Affairs Medical Centers (VAMC's) in Washington, DC, Martinsburg, WV, Baltimore, MD and Fort Howard, MD, and is prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information in this notice. The Standard Industrial Classification Code is 8099. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will NOT be issued. It is anticipated that multiple awards will be made as a result of this solicitation. Award will be made on the aggregate by group. The low aggregate bidder will be determined by multiplying the unit price submitted on each item by the estimated quantity specified and adding the resultant extensions within the group. In order to qualify for an award on a GROUP, prices must be submitted on each item within the group. The following items in suitable containers are to be delivered F.O.B. destination within consignee's premises. The period of this contract is to last one year with three one (1) year options. The listed products are to be delivered in such quantities and at such times as may be required in accordance with all terms, conditions, provisions, and the schedule to be provided upon award of the contract. Item Descriptions - GROUP I: VAMC Washington, DC -(1) Packed Red Blood Cells/Quantity: 4,000-UN; (2) Cryoprecipitate/Quantity: 300-UN; (3) Fresh Frozen Plasma/ Quantity: 2800-UN; (4) Platelet Concentrate/Quantity: 5,500-UN; (5) Platelet Pheresis/Quantity: 120-UN. GROUP II: VAMC Martinsburg, WV - (1) Whole Blood/Quantity: 45-UN; (2) Packed Red Blood Cells/Quantity: 500-UN; (3) Cryoprecipitate/Quantity: 2-UN; (4) Fresh Frozen Plasma/ Quantity: 200-UN; (5) Platelet Concentrate/Quantity: 400-UN; (6) Special Tests/Services: Autologous Donation/Quantity: 45-UN; (7)Test Service Crossmatch/Quantity: 15-EA; (8) Test Service Antibody ID/Quantity: 25-EA. GROUP III: Baltimore/Ft.Howard, MD - (1) Packed Red Blood Cells/Quantity: 4,200 Units; (2) Cryoprecipitate/Quantity: 52-UN; (3) Fresh Frozen Plasma/ Quantity: 1,441-UN; (4) Platelet Concentrate/Quantity: 509-UN;(5) Platelet Pheresis/Quantity: 83-UN. GROUP IV: FOR WASHINGTON/BALTIMORE/FORT HOWARD VAMCs ONLY/SPECIAL COMPONENT SERVICES: Bidders ARE REQUESTED TO DOCUMENT AVAILABILITY OF AND TO PROVIDE THEIR MOST CURRENT PRICE LIST FOR THE FOLLOWING: (1) Autologous/Directed Donations -- no unit up-front or transportation charges are to be paid by veterans before donation or prior to shipment of units to the VAMC. All associated charges must be billed to the VAMC where the patient will be admitted. Donors must have the right to use the ARC donor sites. Turn around time from donation to shipment shall not exceed 5 working days (2) Platelets (random donor and pheresis) -- no units are to be received that are more than two (2) days old; ability to provide HLA-matched pheresis platelets; ability to provide crossmatched pheresis platelets. (3) Pre-storage leukodepleted red cells and platelets (4) CMV negative red cells and platelets. (5) IgA deficient plasma. REFERENCE LABORATORY SERVICES: (1) Red Cells - (a) Antibody Workups -- preliminary report within twelve hours after sample receipt for routine workups; 24-hour service for STAT workups (b) Antigen negative units provided (c) Rare donor units available within 48 hours of request. (d) Freezing/ Deglycerolyzing service for autologous/rare units. Units are to arrive within four hours of deglycerolyzing. (2) Platelets - (a) Antibody screen-results within twelve hours of sample receipt. (b) Provision of HLA typing of patients (AB, Dr, Dq, Cytotoxic Assays if requested.) DELIVERY SERVICE REQUIREMENTS:(a) Standing Orders: 3 deliveries during the week (Schedule to be established by each individual VAMC at time of award). All deliveries are to be made before 10 a.m. the next day after order is placed with the contractor. No delivery charges for standing orders. (b) EMERGENCY (STAT) Orders: 1 1/2 hour turn around time, 24 hours per day, 7 days per week (bidders should INDICATE Fees for these services). In the event that blood component quantities cannot be filled by the contract supplier within the time frame specified, the VA reserves the right to acquire such products from another source. If VA pays another supplier an amount greater than the contract price, the contractor shall credit the price difference to the VA. CREDIT FOR RETURNED BLOOD AND BLOOD COMPONENTS: (a) random donor platelets -- full credit is to be given for return of a quantity not to exceed 25% of total number of units ordered from the blood supplier regardless of number of days remaining on units. (b) single donor platelets -- units not requiring special reference testing, may be returned with full credit with three (3) days remaining or for 1/2 credit if outdated. (c) RBCs -- may be returned for full credit if they outdate or have less than 10 days before expiration. The provision at 52.212-3, Offeror Representations and Certifications -Commercial Items, shall be completed and included with your bid. Bidders shall also provide PRIOR TO AWARD, copies Licensure/certification/accreditation by CLIA, FDA, AABB and CCBC. The right is reserved PRIOR TO AWARD to thoroughly inspect and investigate the establishment and facilities and other qualifications of any bidder, and to REJECT any bid regardless of price, if it should be administratively determined as lacking in any of the essentials necessary to assure acceptable standards of performance. Such inspections and investigations shall include a determination as to the bidder's conformance with Federal, state and local laws and with regulations of all agencies/organizations with oversight of blood banking. Such inspections may also be performed annually before exercising the options under the contract. The following incorporated provisions and clauses are those in effect through FAC 90-39 and are applicable to this acquisition: 52.212-1, Instructions to Offerors --Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items: 52.222-3, Convict Labor (E.O. 11755) and 52.233-3, Protest After Award. The Contractor agrees to comply with the following FAR clauses which are incorporated by reference to implement provisions of law or executive orders current through FAC 90-39, applicable to acquisitions of commercial items or components: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; 52.216-18, Ordering, 52.216-19, Delivery-Order Limitations, 52.216-21, Requirements, 52.217-5 Evaluation of Options (JUL 1990); 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; 52.219-9, Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; 52.219-14, Limitation on Subcontracting; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.224-1 Privacy Act Notification, 52.224-2, Privacy Act, 52.225-3, Buy American Act--Supplies; 52.225-9, Buy American Act--Trade Agreements Act--Balance of Payments Program; 52.225-17, Buy American Act--Supplies Under European Community Sanctions for End Products; 52.225-18, European Community Sanctions for End Products; 52.225-19, European Community Sanctions for Services; 52.225-21, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program, 852.216-70, Estimated Quantities. All bid prices and information regarding this procurement must be received no later than close of business August 2, 1996 and shall be addressed to Tyrone Lassiter, Contracting Officer (90C), Room 1B112, VA Medical Center, 50 Irving Street, N.W., Washington, DC 20422 or faxed at (202)745-8465. (0199)

Loren Data Corp. http://www.ld.com (SYN# 0460 19960718\65-0001.SOL)


65 - Medical, Dental and Veterinary Equipment and Supplies Index Page