Federal Bid

Last Updated on 27 Aug 2015 at 8 AM
Sources Sought
Location Unknown

65--Histology and Immunohistochemical Stainer

Solicitation ID VA24915N0667
Posted Date 22 Jul 2015 at 5 PM
Archive Date 27 Aug 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Veterans Affairs Medical Center
Agency Department Of Veterans Affairs
Location United states
SOURCES SOUGHT NOTICE The Department of Veteran Affairs Medical Center, NCO 9 Network Contracting Office, Murfreesboro, TN is issuing this sources sought synopsis as a means of conducting market research to gain knowledge of potential sources and their size classification having an interest in, and the resources to support this requirement for a one IHC Stainer, one Special Stainer, and all reagents, related statins, antibodies, and consumables for a period of performance of 10/1/2015 - 09/30/2016. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334516. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential resources to support this requirement, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Please provide contract number if your product is offered under a FSS contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions Submission Instructions: Interested parties who consider themselves qualified to provide this requirement are invited to submit a response to this Sources Sought Notice via email to [email protected] by July 28, 2015 NLT 7:00AM CST. GENERAL REQUIREMENTS - BRAND NAME OR EQUAL SUBMISSION The Department of Veteran Affairs Medical Center, NCO 9 Network Contracting Office is seeking vendors who can provide the following line items, brand name or equal, based on the descriptions below. All brand name or equal responses shall provide information that shows they meet or exceed the required specifications/features. SCOPE OF WORK: The Contractor shall provide: TECHNICAL SPECIFICATIONS/STATEMENT OF WORK FOR IHC STAINER, SPECIAL STAINER, REAGENTS, RELATED STAINS, ANTIBODIES, CONSUMABLES, AND SERVICE CONTRACT The purpose of this contract is to provide one ROCHE BenchMark ULTRA (FS) Immunohistochemical Stainer , one ROCHE NexES Special Stainer, all reagents, related stains, antibodies, consumables, and a service contract to James H. Quillen VA Medical Center, Corner of Veterans Way and Lamont Street, Mountain Home, TN 37684. The above items are necessary to produce quality stained slides which are evaluated by pathologists and aid in making patient diagnosis. This is an immediate need for the Histology section of the Pathology and Laboratory Medicine Service. 1. BASIC REQUIREMENT: The James H. Quillen VAMC, Pathology and Laboratory Medicine department has a requirement for one IHC Stainer , one Special Stainer, all reagents, related stains, antibodies, consumables, and a service contract. The vendor must provide the following: 1. Vendor must offer both IHC and Special Stainer. 2. IHC and Special Stainer must be capable of completing multiple runs during an 8 hour day. 3. The vendor must offer bulk reagents. 4. Both the IHC and special stainer must work from one computer. 5. Both the IHC and special stainer must be bar code driven. 6. Both the IHC and special stainer must have walk away automation. 7. Both the IHC and special stainer must have prepackaged reagent kits-no mixing. 8. Button and barcodes automatically register and locate staining kits and slides. 9. Both the IHC and special stainer must automatically track insufficient reagent quantity and alert for tests remaining. 10. The IHC must have continuous and random access. 11. Both the IHC and special Stainer must have easy slide insertion- with no extra pieces to position. 12. Both the IHC and special stainer must have no surprise extensions of time when slides are added during the run. The vendor must provide run times. 13. Both the IHC and special stainer require barcoded slide labels for fast slide ID. 14. Both the IHC and special stainer require easy to read, printable staining reports. 15. Both the IHC and special stainer require reduced exposure to harmful chemicals. 16. Both the IHC and special stainer must be free standing. 18. Both the IHC and special stainer must offer multi-parameter staining. 19. Both the IHC and special stainer must offer Automated Baking. 20. Both the IHC and special stainer must have minimum of 35 reagent positions. 21. Both the IHC and special stainer must have barcoded reagents. Instrument must have capability to ensure that one can't use reagents if they are expired or if the volume of the reagents is insufficient to complete the run. 22. Vendor must include preventive maintenance visits, visits to site to repair instrument when down, and technical support call line as part of the contract. 23. Vendor must provide one training slot for the Immunohistochemical stainer and special stainer. The class shall include Air flight, Hotel, transportation from the airport, breakfast, and lunch. This will be a Firm Fixed Price Contract. 2. ESTIMATED QUANTITIES The quantities as are estimated yearly volumes. James H. Quillen VAMC Pathology and Laboratory Medicine Service attempts to be as accurate as possible when providing estimates of quantities that will be used, however, actual quantities required may vary from quantities as listed. Mat # Item Est. Quantity 1358501 LABEL, BLANK, FLAP, 540 ROLL 16.0 1632900 RIBBON, EBAR PRINTER 2.0 1637700 ASSY, PREP KIT, BM, BM XT, BM LT 22.0 1706900 ASSY, INSTALL KIT SLIDES 1.0 1750201 ASSY,REAG.DISP.CARD,PREPKIT 1,BENCHMARK 1.0 1750202 ASSY,REAG.DISP.CARD,PREPKIT 2,BENCHMARK 5.0 1750203 ASSY,REAG.DISP.CARD,PREPKIT 3,BENCHMARK 1.0 1750204 ASSY,REAG.DISP.CARD,PREPKIT 4,BENCHMARK 3.0 1750205 ASSY,REAG.DISP.CARD,PREPKIT 5,BENCHMARK 3.0 1750206 ASSY,REAG.DISP.CARD,PREPKIT 6,BENCHMARK 3.0 1750207 ASSY,REAG.DISP.CARD,PREPKIT 7,BENCHMARK 3.0 1750208 ASSY,REAG.DISP.CARD,PREPKIT 8,BENCHMARK 3.0 1997702 REAG.DISP.CARD,PREPKIT 3,250-SERIES TEST 1.0 250-009 LIQUID COVERSLIP LOW TEMPERATURE 9.0 650-210 BENCHMARK ULTRA LCS 72.0 760-080 AMPLIFICATION KIT, CE 12.0 760-1028 NEUVISION BLOCKING REAGENT 10.0 760-2018 PROTEASE 1 4.0 760-2021 HEMATOXYLIN 23.0 760-2037 BLUING REAGENT 24.0 760-219 VENTANA ANTIBODY DILUENT WITH CASEIN 6.0 760-2504 CONFIRM anti-CD15 (MMA) PAB, IVD 1.0 760-2505 CONFIRM anti-CD45 (LCA) (RP2/18) PAB 1.0 760-2506 CONFIRM ANTI-PSA (polyclonal) Primary An 1.0 760-2514 CONFIRM anti-Kappa Rabbit Polyclonal Pri 1.0 760-2515 CONFIRM anti-Lambda Rabbit Polyclonal Pr 1.0 760-2519 Anti-CHROMOGRANIN A (LK2H10) PAB 1.0 760-2523 CONFIRM anti-S100 (polyclonal) PAB 2.0 760-2531 CONFIRM anti-CD20 (L26) PAB 2.0 760-2595 Anti-Keratin, Pan (AE1/AE3 & PCK26) PAB 4.0 760-2601 CELL MARQUE, MUSCLE SPECIFIC ACTIN 1.0 760-2603 CELL MARQUE REAGENT, ALPHA-FETOPROTEIN 1.0 760-2659 CELL MARQUE, MYELOPEROXIDASE 1.0 760-4241 Cell Marque, bcl-6 1.0 760-4248 CD-138 (B-A38) 1.0 760-4249 Cell Marque, CD61 1.0 760-4350 HEPATOCYTE SPECIFIC ANTIGEN (OCH1E5) PRI 1.0 760-4383 EP-CAM (Ber-EP4) PAb, Cell Marque 1.0 760-4395 Podoplanin (D2-40) PAb, Cell Marque 1.0 760-4446 Napsin A (Polyclonal) 4.0 760-4595 Synaptophysin (MRQ-40) PAB 2.0 760-4596 CD56 (MRQ-42) PAB 2.0 760-4786 NSE (MRQ-55) PAB 1.0 760-4801 ARGINASE-1 (SP156) PAb 1.0 760-500 ULTRAVIEW UNIVERSAL DAB DETECTION KIT 21.0 760-501 ULTRAVIEW UNIVERSAL AP RED DETECTION KIT 9.0 771-751 NEXES REAGENT DISPENSER CARD, OPTION 1 15.0 771-755 NEXES REAGENT DISPENSER CARD, OPTION 5 5.0 783-2851 PREP KIT 1, (100) BM, BM XT 1.0 783-2852 PREP KIT 2, BENCHMARK 5.0 783-2853 PREP KIT 3, BENCHMARK 2.0 783-2854 PREP KIT 4, BENCHMARK 3.0 783-2855 PREP KIT 5, BENCHMARK 3.0 783-2856 PREP KIT 6, BENCHMARK 3.0 783-2857 PREP KIT 7, BENCHMARK 3.0 783-2858 PREP KIT 8, BENCHMARK 3.0 786-2853 PREP KIT 3 (250), BM, BM XT, BM LT 1.0 790-1010 VENTANA Basal Cell Cktl (34BE12+p63)250 2.0 790-2917 CONFIRM Anti-Vimentin (V9) Primary Antib 790-2926 CONFIRM Anti-CD30 (Clone Ber-H2) Primary 1.0 790-2927 CONFIRM anti-CD34 (QBEnd/10) Primary Ant 2.0 790-2931 CONFIRM anti-CD68 (KP-1) Primary Antibod 1.0 790-2990 CONFIRM MART-1/melan A (A103) Primary An 6.0 790-4286 CONFIRM ANTI-KI-67 (30-9) RABBIT MONOCLO 1.0 790-4341 CONFIRM anti-CD3 (2GV6) Rabbit Monoclona 2.0 790-4366 CONFIRM anti-Melanosome (HMB45) Mouse M 6.0 790-4408 CONFIRM anti-CD23 (SP23) Rabbit Monoclon 1.0 790-4420 Confirm Anti-PAX5 (SP34) Rabbit Mono 5.0 790-4431 CONFIRM Cytokeratin 20 Rabbit Mono 4.0 790-4432 CONFIRM CD79a RabbitMono 1.0 790-4451 CONFIRM anti-CD5 (SP19) Rabbit Mono 1.0 790-4462 CONFIRM Cytokeratin7 RabbitMono 4.0 790-4463 CONFIRM EMA (E29) Mouse mAb 1.0 790-4464 CONFIRM bcl-2 (124) Mab 1.0 790-4467 CONFIRM Calretinin (SP65) RbmAb 1.0 790-4506 VENTANA anti-CD10 (SP67) 1.0 790-4508 VENTANA ANTI-CYCLIN D1 (SP4-R) 1.0 790-4509 VENTANA ANTI-P63 (4A4) 5.0 790-4517 VENTANA ANTI-P120 CATENIN (98) 1.0 790-4555 Cytokeratin (CAM 5.2) PAB 1.0 790-4561 Epithelial Related Antigen (MOC-31) PAB 1.0 790-4756 TTF-1 (SP141) PAB 4.0 860-003 ALCIAN BLUE FOR PAS 1.0 860-005 ELASTIC STAINING KIT 1.0 860-006 GIEMSA STAINING KIT 12.0 860-009 IRON STAINING KIT 3.0 860-010 LIGHT GREEN FOR PAS 3.0 860-011 MUCICARMINE STAINING KIT 1.0 860-013 TRICHROME II STAINING KIT 1.0 860-014 PAS STAINING KIT 1.0 860-015 SPECIAL STAINS WASH SOL. CONC. (10X) 17.0 860-016 SPECIAL STAINS CLEANING KIT 7.0 860-024 Reticulum II Staining Kit 2.0 860-026 Congo Red Staining Kit 1.0 860-027 AFB III Staining Kit 1.0 860-028 SPECIAL STAINS GMS II STAIN KIT PACK 1.0 860-039 GRAM STAINING KIT 1.0 950-102 10X EZ PREP SOLUTION, 2L 15.0 950-224 BENCHMARK ULTRA CC1 20.0 950-300 REACTION BUFFER CONCENTRATE (10X) 37.0 970-021 ASSY TEMP VERIFIER SLIDES 10 16.0 ADB250 ANTIBODY DILUTION BUFFER (250ML) 3.0 All products shall be placed or requested on an "on demand, as needed" basis. 3. EFFECTIVE DATE/TERM OF CONTRACT: This requirement's effective date is 10/01/2015 through 09/30/2016. 4. PRODUCT QUALITY All products offered to James H. Quillen VAMC, Pathology and Laboratory Medicine Service must be of the same consistent high quality as would be offered to the general commercial public in the United States. 5. CUSTOMER SERVICE: A company representative shall visit the James H. Quillen VAMC no less than once per quarter to review account, provide product information, answer questions, provide customer service, handle any defective merchandise, and take care of any other issues that may arise. 6. PRODUCT SUBSITUTION: No product substitutions will be accepted without the prior approval of the VA Medical Center Laboratory Service and the Contracting Officer. Any substitutions of product must have the written approval of the VAMC Microbiology Laboratory Service and the Contracting Officer or his/her designee. 7. DELIVERY: Deliveries shall be made to: James H. Quillen VA Medical Center Veterans Way @ Lamont Street Warehouse 204 Mountain Home, TN 37684-4000 All deliveries shall be accompanied by a delivery ticket or sales slip which shall contain: vendor's name, purchase order number, date of order, date of delivery, itemized list of products furnished including product description and quantity shipped. 9. CHANGES/MODIFICATIONS: Changes in the terms and conditions of this contract may be made only by written agreement of the parties. Any and all modifications for changes in: the prices, terms or conditions of this contract, will be prepared for signature by the VA Contracting Officer. 10. RECALLED AND DEFECTIVE PRODUCTS: The Contractor will immediately notify the Contracting Officer of any recalls of product or other important product safety issues. As appropriate, the Contractor will replace and/or reimburse recalled/defective products at no cost to the Government. The Contractor may be liable for costs processing recalls, i.e. administrative and clinical services to replace recalled/defective products. 11. MSDS, HAZARDOUS MATERIALS AND WASTE ANALYSIS: The offeror is required to provide a list identifying any "hazardous materials" defined as hazardous under the latest version of Federal Standard No. 313 that may be provided as a part of this contract. Material Safety Data Sheets (MSDS) shall be submitted for all products. Contractor will provide a complete chemical analysis of waste, to include mercury, sodium azides, carcinogens, reproductive toxins, acute toxins and all other waste that may be considered ignitable, corrosive, reactive or toxic. Contractor will also be required to provide additional subsequent waste analysis studies in the case of any new test or new test formation introductions. Documentation of all analysis will be provided to the VA Contracting Officer for review by the VISN 9 Green Environmental Management Systems (GEMS) Coordinator prior to contract award or introduction of new product after award. Contracting Office Address: 1639 Medical Center Pkwy Suite 400 Murfreesboro, TN 37129 Place of Performance: James H Quillen VA Medical Center Corner of Lamont and Veterans Way Dogwood Avenue, Building 205 Mountain Home, TN 37684 Primary Point of Contact: Crystal Baird Contract Specialist [email protected]
Bid Protests Not Available