Federal Bid

Last Updated on 03 Jun 2017 at 8 AM
Sources Sought
Location Unknown

66--Virus, Bacteria and Parasite Lab Detection System VISN 23 - BPA Virus, Bacteria and Parasite Lab Detection System VISN 23 - BPA

Solicitation ID VA26317N0463
Posted Date 21 Mar 2017 at 4 PM
Archive Date 03 Jun 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Department Of Veterans Affairs Medical And Regional Office Center
Agency Department Of Veterans Affairs
Location United states
SOURCES SOUGHT: Virus, Bacteria and Parasite Detection System On behalf of the VA Midwest Healthcare Network (VISN 23), the Fargo VA Medical Center is issuing this sources sought synopsis as a means of conducting market research to identify parties, specifically Veteran-Owned , Small Business (VOSB) or Service Disabled, Veteran Owned, Small Business (SDVOSB) having an interest in, and the resources to support this VISN-Wide requirement. 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 Analytical Laboratory Instrument Manufacturing . At this time, the Fargo VA is contemplating the purchase of the Virus, Bacteria and Parasite Detection System through the VA FSS (Federal Supply Schedule). This Sources Sought is issued to determine if Veteran-Owned businesses are capable and likely to submit quotes for an equal item. SALIENT CHARACTERISTICS: VISN 23 Path & Lab Service Virus, Bacteria and Parasite Detection System Background: VA Midwest Healthcare Network (VISN 23) is requesting a Blanket Purchase Agreement (BPA) for: Instrumentation (processor, computer, printer, cables, and software) Validation kits Consumables (test kits) Service Annual training for government personnel onsite once per year. Three VISN sites have this instrumentation and coverage is needed for these systems, as well as additional systems that may be purchased by the Government over the life of the BPA. Scope: (1) Instrument The instrument must utilize a multiplex PCR (polymerase chain reaction) method; have FDA-cleared assays that test for: Common GI pathogens including viruses, bacteria, and parasites Up to 27 blood culture identification targets Up to 20 respiratory pathogen targets Up to 14 meningitis/encephalitis targets inclusive of bacteria, viruses and fungi. The instrumentation should have very little hands-on time (5 minutes or less) to set up and have results for GI pathogens, blood culture, respiratory pathogen targets and meningitis/encephalitis targets in one hour. The instrument must perform amplification, detection and analysis in one self-contained system. The instrument includes software that automatically generates a result for each target in a single report. The instrumentation should have the ability to test for the following pathogens: (a) GI - Adenovirus F40/41, Astrovirus, Norovirus GI/GII, Rotovirus A, Sapovirus (I, II, IV, and V), Campylobacter (jejuni, coli and upsaliensis), Clostridium difficile (Toxin A/B), Plesiomonas shigelloides, Salmonella, Yersinia enterocolitica, Vibrio (parahaemolyticus, vulnificus and cholerae), Vibrio cholera, Diarrheagenic E.coli/Shigella, Enteroaggregative E. coli (EAEC), Enteropathogenic E. coli (EPEC), Enterotoxigenic E. coli (ETEC) lt/st, Shiga-like toxin-producing E. coli (STEC) stx1/stx2, E. coli O157, Shigella/Enteroinvasive E. coli (EIEC), Cryptosporidium, Cyclospora cayetanensis, Entamoeba histolytica, Giardia lamblia. (b) Blood Culture - Enterococcus, Listeria monocytogenes, Staphylococcus, Streptococcus, Staphylococcus aureus, Streptococcus agalactiae, Streptococcus pneumoniae, Streptococcus pyogenes, Acinetobacter baumannii, Haemophilus influenza, Neisseria meningitides, Pseudomonas aeruginosa, Enterobacteriaceae, Enterobacter cloacae complex, Escherichia coli, Klebsiella oxytoca, Klebsiella pneumoniae, Proteus, Serratia marcescens, Candida albicans, Candida glabrata, Candida krusei, Candida parapsilosis, Candida tropicalis, antimicrobial resistance genes (mecA - methicillin resistance, vanA/B - vancomycin resistance, KPC - carbapenem resistance). (c) Respiratory - Adenovirus, Coronavirus HKU1, Coronavirus HKU1, Coronavirus 229E, Coronavirus OC43, Human Metapneumovirus, Human Rhinovirus/Enterovirus, Influenza A, Influenza A/H1, Influenza A/H3, Influenza A/H1-2009, Influenza B, Parainfluenza Virus 1, Parainfluenza Virus 2, Parainfluenza Virus 3, Parainfluenza Virus 4, Respiratory Syncytial Virus , Bordetella pertussis, Chlamydophila pneumoniae, Mycoplasma pneumoniae. (d) Meningitis/Encephalitis - Escherichia coli K1, Haemophilus influenza, Listeria monocytogenes, Neisseria meningitides, Streptococcus agalactiae, Streptococcus pneumoniae, Cytomegalovirus (CMV), Enterovirus, Epstein-Barr virus (EBV), Herpes simplex virus 1 (HSV-1), Herpes simplex virus 2 (HSV-2), Human herpesvirus 6 (HHV-6), Human parechovirus, Varicella zoster virus (VZV), Cryptococcus gattii, Cryptococcus neoformans. (2) Validation Kits All materials needed for verification of respiratory, blood culture identification, GI and meningitis/encephalitis tests as required recommended by the contractor. (3) Consumables (test kits) To include all reagents/expendables that will test for common GI pathogens including viruses, bacteria and parasites. To include all reagents/expendables that will test for up to 27 blood culture identification targets. To include all reagents/expendables that will detect up to 20 respiratory pathogen targets. To include all reagents/expendables that will detect up to 14 meningitis/encephalitis targets inclusive of bacteria, viruses and fungi. All reagents should have the longest outdates possible, contractor will guarantee four months and the VA can request the longest outdate available upon order. SDS Safety Data Sheets are required. Any product formulation changes must be accompanied with an updated SDS. The contractor shall notify, within 24 hours, the appropriate laboratory regarding any recalled reagents. This must be accomplished by telephone and/or certified email/regular mail. The vendor will provide sufficient replacement items to resolve the problem so that there is no break in service experienced. Contractor will support use of alternative reagents if required due to recall or multiple performance issues. The test kits will be shipped and replenished in quantities as requested by the individual site laboratory. The laboratory departments will request the kits on an as-needed basis. Each site will be invoiced for their own delivery orders. The Contractor will provide direct delivery to the requesting lab at the contractor s expense. The Laboratory department will order using their usual procedures and referencing the purchase agreement pricing. They will be invoiced for their own orders. (4) Service Extended warranty or service to keep the equipment in good operating condition (includes both preventive maintenance and emergency repairs) for all instrumentation onsite at VISN 23 facilities for the duration of the agreement. Equipment repair service shall be provided to each facility during core business hours (8am 5pm, Monday Friday, Eastern Standard Time). Phone service available during these times. a) Equipment repair response time shall be no more than 48 hours. A malfunction incident report will be furnished to the Laboratory upon completion of each repair call. The report shall include, as a minimum, the following: Service provided Date and time notified Date and time of arrival Serial number, type and model number of equipment Time spent for repair Proof of repair that includes documentation of a sample run of quality control verifying acceptable performance Each notification for an emergency repair service call shall be treated as a separate and new service call. (5) Training Annual onsite training will be provided for all VISN 23 sites, as requested by the Contracting Officer s Representative (COR) without any additional charge to the Government. Items required: (estimated annual usage based on previous history): Item Number Base Year Product Name/Description Base Year Estimates Option Year 1 Estimates Option Year 2 Estimates Option Year 3 Estimates Option Year 4 Estimates Total 5 year Estimates FLM1-ASY-0122 Verification Package - FA 2.0 Instrument, RP 0 5 0 0 0 5 FLM1-ASY-0124 Verification Package - FA 2.0 Instrument, BCID 0 5 0 0 0 5 FLM1-ASY-0130 Verification Package - FA 2.0 Instrument, GI 10 5 0 0 0 15 FLM1-ASY-0145 Verification Package - FA 2.0 Instrument, ME 0 5 0 0 0 5 FLM2-ASY-0001 FilmArray 2.0 Instrument Kit 10 5 0 0 0 15 FLM2-ASY-0003 FilmArray 2.0 Computer Kit 6 5 0 0 0 11 FLM2-ASY-0005 Instrument Duo Rack 4 0 0 0 0 4 FLM2-ASY-0008 FilmArray 2.0 Printer Kit 6 5 0 0 0 11 RFIT-ASY-0116 GI Panel, IVD 30 Tests, Kit 86 86 86 86 152 496 RFIT-ASY-0124 Respiratory Panel 30 pouch kit 0 45 45 45 45 180 RFIT-ASY-0126 Blood Culture Identification Panel 30 pouch kit 0 55 95 95 95 340 RFIT-ASY-0118 Meningitis/Encephalitis Panel Kit 0 45 45 45 45 180 FLM1-PRT-0024 Manufacturer s Warranty 10 5 0 0 0 15 FLM1- PRT-0018 Extended Warranty 0 16 21 21 21 79 FLM1- SRV-0007 Non-Warranty FilmArray Service Tier 1 0 2 2 2 2 8 FLM1- SRV-0008 Non-Warranty FilmArray Service Tier 2 0 2 2 2 2 8 FLM1- SRV-0009 Non-Warranty FilmArray Service Tier 3 0 1 1 1 1 4 The annual quantity is only an estimate. Volumes may vary during the life of the agreement. Contractor will supply a quarterly report to the Contracting Officer s Representative (COR) that indicates the products and quantities purchased each month. The report will consist of a breakdown which includes: the facility name, products obtained under this agreement, and the volume per month. All pricing includes FOB destination with 2 day shipping upon order. In the case of a company merger and/or acquisition, contractors, will immediately notify the Contracting Officer for this BPA and provide a contingency plan of services to assure that no break in service is experienced by the participating facilities. Verification of Loaner and Repaired Instruments. If the laboratory needs a repair to an instrument, the vendor will pay for shipment and repairs of the equipment and ensure there is a loaner on hand during the equipment repairs. The vendor will pay to overnight a loaner instrument, if requested by the laboratory manager on site. The laboratory manager will run the quality controls on both the loaner and the repaired instrument to ensure it is working properly. This is up the individual laboratory managers to test and document the results per instrument. The expense for validation between the loaner and repaired instrument will be borne by the vendor. There will be an upgrade program for all VISN 23 sites that currently utilize older versions of the Film Array System. The Government reserves the right to add additional VISN 23 Lab sites and testing kits during the life of this agreement. All VISN 23 sites may order from this agreement: Black Hills VA Health Care System - Fort Meade 113 Comanche Road Fort Meade, SD 57741 Black Hills VA Health Care System Hot Springs 500 N 5th Street Hot Springs, SD 57747 Central Iowa VA Health Care System Des Moines 3600 30th Street Des Moines, IA 50310-5774 Fargo VA Health Care System 2101 Elm Street Fargo, ND 58102 Iowa City VA Health Care System 601 Highway 6 West Iowa City, IA 52246-2208 Nebraska Western Iowa VA Health Care System- Omaha 4101 Woolworth Avenue Omaha, NE 68105 Minneapolis VA Health Care System One Veterans Drive Minneapolis, MN 55417 Sioux Falls VA Health Care System 2501 W. 22nd Street PO Box 5046 Sioux Falls, SD 57117-5046 St. Cloud VA Health Care System 4801 Veterans Drive Saint Cloud, MN 56303 END SALIENT CHARACTERISTICS THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. 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 capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, web-site address, telephone number, and size and type of ownership of your organization. 2) Tailored capability statements addressing the particulars of this effort. We are seeking Veteran Owned sources, but any Small Business should identify its capability to provide the instrument. BASED ON THE RESPONSES TO THIS MARKET RESEARCH THROUGH THIS SOURCES SOUGHT NOTICE, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESS OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will NOT be accepted or acknowledged and no feedback or evaluations will be provided to companies regarding submissions. To reiterate, this Sources Sought Notice is for planning purposes only and is intended to identify any Service Disabled, Veteran Owned, Small Businesses or Veteran Owned, Small Businesses who can support this requirement. Submission Instructions: Interested parties who consider themselves qualified to perform the above- listed services are invited to submit a response to this Sources Sought Notice by NOON, April 4, 2017. All responses under this Sources Sought Notice must be emailed to [email protected]
Bid Protests Not Available

Similar Past Bids

Location Unknown 24 Aug 2022 at 4 AM
Location Unknown 22 May 2023 at 4 AM
Location Unknown 20 Aug 2021 at 4 AM
Location Unknown 17 Aug 2020 at 4 AM
Location Unknown 27 Apr 2022 at 4 AM

Similar Opportunities