The Central Texas VA Health Care System (CTVHCS) is seeking Service Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) sources capable of meeting the requirement listed below. The acquisition will be accomplished using commercial item procedures in accordance with FAR Part 12.
NOTE: TO QUALIFY SDVOSB AND VOSB VENDORS MUST BE CERTIFIED IN THE VA VENDOR INFORMATION PAGES (VIP) DATABASE. THE VENDOR MUST BE REGISTERED AS A SMALL BUSINESS UNDER NAICS CODE 325414 TO BE CONSIDERED FOR AWARD.
The North American Industry Classification System (NAICS) is 325414. Any SDVOSB or VOSB firms who wish to identify their interests and capability to provide this product must provide product specifications, performance and delivery information by notifying the Contract Specialist no later than NOON PM Central Time, May 29, 2018. Notification shall be e-mailed to Ronalda Ohio, at
[email protected].
DISCLAIMER
This Source Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this Notice that is marked as proprietary will be handled accordingly. In accordance with the Federal Acquisition Regulation, 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 Notice.
PART A- SCOPE OF WORK
GENERAL INFORMATION
1. Title of Project: Ventana Immunohistochemical Reagents
2. Scope of Work: The contractor shall provide all resources necessary to accomplish the deliverables described in this statement of work (SOW), except as may otherwise be specified. Contractor shall provide reagents and consumables for the Roche Ventana Benchmark Ultra Slide Staining System.
3. Background: In 2014 Central Texas Veterans Healthcare System purchased the Roche Ventana BenchMark Ultra Slide Staining System for specialized testing for cancer diagnosis.
4. Performance Period: Contract shall have a base with four (4), one (1) year options to be exercised at the discretion of the Government.
5. Type of Contract: This is a firm fixed-price contract.
B. CONTRACT AWARD MEETING
The contractor shall not commence performance on the tasks in this SOW until the CO has conducted a kick off meeting, or has advised the contractor that a kick off meeting is waived.
C. GENERAL REQUIREMENTS
1. For every task, the contractor shall identify in writing all necessary subtasks (if any), associated costs by task, along with associated sub-milestone dates. The contractor's subtask structure shall be reflected in the technical proposal and detailed work plan.
2. All written deliverables shall be phrased in layperson language. Statistical and other technical terminology shall not be used without providing a glossary of terms.
D. SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES
Description of Tasks and Associated Deliverables: The contractor shall provide the specific deliverables described in Attachment A within the performance period stated in Section A.4 of this SOW.
E. SCHEDULE FOR DELIVERABLES
1. The contractor shall complete the Delivery Date column in Attachment A for each deliverable specified.
2. Unless otherwise specified, the number of draft copies and the number of final copies shall be the same.
3. If for any reason any deliverable cannot be delivered within the scheduled time frame, the contractor is required to explain why in writing to the CO, including a firm commitment of when the work shall be completed.
This notice to the CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response, in accordance with applicable regulations.
F. CHANGES TO STATEMENT OF WORK
Any changes to this SOW shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of parties other than the CO shall be borne by the contractor.
G. CONFIDENTIALITY AND NONDISCLOSURE
It is agreed that:
1. The preliminary and final deliverables, and all associated working papers, application source code, and other material deemed relevant by VA which have been generated by the contractor in the performance of this task order, are the exclusive property of the U.S. Government and shall be submitted to the CO at the conclusion of the task order.
2. The CO will be the sole authorized official to release, verbally or in writing, any data, draft deliverables, final deliverables, or any other written or printed materials pertaining to this task order. No information shall be released by the contractor. Any request for information relating to this task order, presented to the contractor, shall be submitted to the CO for response.
3. Press releases, marketing material, or any other printed or electronic documentation related to this project, shall not be publicized without the written approval of the CO.
Attachment A to the Statement of Work: Schedule of Deliverables
Material Description
Quantity
Material Description
Quantity
ASSY, Kit Pack, Pathway C-Kit
2
CONFIRM Calretinin (SP65) RbmAb
2
AMPLIFICATION KIT, CE
10
CONFIRM CD8 (SP57) RabbitMono
2
Antibody Dilution Buffer (250ml)
6
CONFIRM Cytokeratin 20 Rabbit Mono
5
BLUING REAGENT
40
CONFIRM Cytokeratin7 RabbitMono
5
Hematoxylin II
40
CONFIRM EMA (E29) Mouse mAb
3
Label, Blank, Flap, 540 Roll
35
CONFIRM MART-1/melan A (A103)
8
OptiView Amplification Kit
5
Cytokeratin 5/6 (D5/16B4)
3
PROTEASE 1
15
E Cadherin (EP700Y) PAb, Cell Marque
1
RIBBON, EBAR PRINTER
4
EP-CAM (Ber-EP4) PAb, Cell Marque
5
Ventana Antibody Diluent with Casein
15
GATA3 (L50-823) PAb, Cell Marque
2
Assy Temp Verifier Slides 10 pack
6
Hepatocyte Spc Ant(OCH1E5),
2
CONFIRM ANTI-KI-67 (30-9) RABBIT MONO
2
Napsin A (Polyclonal)
4
CINtec HISTOLOGY (250)
4
VENTANA anti-CD10 (SP67)
2
VENTANA H. PYLORI (SP48) PAB 250
10
VENTANA ANTI-CYCLIN D1 (SP4-R)
1
Anti-CEA (TF-3H8-1) PAB
2
VENTANA ANTI-P63 (4A4)
5
Anti-CHROMOGRANIN A (LK2H10) PAB
5
VENTANA Basal Cell Cktl (34BE12+p63)
8
anti-p40 (BC28) Mouse Monoclonal PAB
3
WT1 (6F-H2) PAb, Cell Marque
1
anti-p504s (SP116) Rabbit Monoclonal Pab
40
CONFIRM Neg. Contr. Rabbit Ig
2
ANTI-PAN KERATIN PRIMARY Ab,
8
NEGATIVE CONTROL MOUSE IG
2
CD56 (MRQ-42) PAb, Cell Marque
4
OptiView DAB Detection Kit 250 tests
5
CD-138 (B-A38) PAb, Cell Marque
2
ULTRAVIEW UNIVERSAL AP RED DET KIT
20
CDX-2 (EPR2764Y) PAb, Cell Marque
3
ultraView Universal DAB Detection Kit
50
CONFIRM anti MITF C5/D5 mouse mono
3
Prep Kit 1 (250), BM, BM XT, BM LT
8
CONFIRM ANTI-ACTIN MUSCLE (HUC1-1) PaB
2
Prep Kit 2 (250), BM, BM XT, BM LT
8
CONFIRM anti-CD3 (2GV6) Rabbit Monoclona
4
NEXES RGT DISPENSER CARD, Opt 1
15
CONFIRM Anti-CD4 (SP35) Rabbit Mono
2
NEXES RGTT DISPENSER CARD, Opt 2
8
CONFIRM anti-CD20 (L26) PAB
4
10X EZ PREP SOLUTION, 2L
40
CONFIRM anti-CD34 (QBEnd/10) Primary
5
Benchmark ULTRA CC1
25
CONFIRM anti-CD45 (LCA) (RP2/18) PAB
4
BenchMark Ultra LCS
80
CONFIRM anti-CD68 (KP-1) Primary Antibod
2
Reaction Buffer Concentrate (10X)
60
CONFIRM anti-Desmin (DE-R-11) PAb
2
Confirm Anti-PAX5 (SP34) Rabbit Mono
3
CONFIRM anti-Kappa Rabbit Polyclonal Pri
1
Confirm anti-CD5 (SP19) Rabbit Mono
3
CONFIRM anti-Keratin (34E12) Mouse Mono
6
BOTTLE, 20 LITER GRADUATED
4
CONFIRM anti-Lambda Rabbit Polyclonal Pr
1
ULTRA REAGENT TRAY AND CRADLE
3
CONFIRM anti-Melanosome (HMB45) Mouse
8
CONFIRM anti-S100 (polyclonal) PAB
8
CONFIRM anti-Synaptophysin (SP11) Rabbit
4
Bid Protests Not Available