THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL.
The Network Contracting Office (NCO) 19 is performing market research to determine if there are qualified providers for Hematology Analyzer(s) to conduct a variety of laboratory tests on a Cost-Per-Reportable (CPRR) basis for a Veterans Integrated Service Network (VISN) 19 requirement. Socio-economic precedence are as follows:
(1) Service Disabled Veteran Owned Small Business; (2) Veteran Owned Small Business; or
(3) Small Business to set aside
(4) Large Businesses
SCOPE:
VISN 19 Medical Centers and Community Outpatient Clinics (CBOCs) need a standard Hematology Analyzer(s) to conduct a variety of tests on a Cost-Per-Reportable-Result (CPRR) basis for our patient population. The Contractor shall provide analyzers and supplies to each facility. Participating VISN 19 Medical Centers and CBOCs are located as follows:
VAMC 2121 North Avenue Grand Junction, Colorado 81501
VA Montana Healthcare System 1892 Williams Street, off Hwy 12 West, Ft. Harrison (Helena), Montana 59636
VA Healthcare Center 1766 Majestic Lane, Billings, Montana 59102
VA SLC Health Care System 500 Foothill Drive, Salt Lake City, Utah 84148
VAMC 2360 E. Pershing Blvd Cheyenne, Wyoming 82001
VA Clinic Loveland Co, 5200 Hahn s Peak Drive Loveland CO 80538
Sheridan WY VA Healthcare System, 1898 Fort Rd, Sheridan WY 82801
Oklahoma City VA Health Care System, 921 13th Street, Oklahoma City, OK 73104
Eastern Oklahoma VA Health Care System, 1011 Honor Heights Dr, Muskogee, OK 74401 (including Ernest Childers Outpatient Clinic, Tulsa, OK)
GENERAL REQUIREMENTS:
a. Offered models of clinical laboratory hematology analyzers shall produce accurate and reproducible assays on biological and other specimens by established in vitro diagnostic methods. Model shall provide accurate test assay result for sample up to the manufacturer's defined maximum test per hour without excessive malfunctions, breakdowns, or service calls.
It shall also include: all upgrades to the equipment hardware and operating system software, at no additional cost to the Government. These enhancements shall be delivered and installed at each participating VISN 19 medical facility within 60 days of issuance to the commercial market.
b. Analyzer system shall conform to the VA facilities existing space. Equipment must be compatible to VA utilities systems of electricity, water, and power. A (UPS) uninterruptible power supply will be provided and maintained by contractor for each analyzer and equipment if required. This also includes printer for both primary and back-up analyzer and provide replacement printer as needed.
ASSAYS:
Contractor s hematology system can perform the following Hematology Assays:
White Blood Cell count,
Red Blood Cell count,
Hemoglobin,
Hematocrit,
Indices= MCV, MCH, MCHC,
Platelet count,
Immature Platelet Fraction (Cheyenne, Loveland, Fort Harrison, Sheridan, SLC, Billings)
Neutrophil percentage,
Lymphocyte percentage,
Monocyte percentage,
Eosinophil percentage,
Basophil percentage,
Neutrophil Absolute value,
Lymphocyte Absolute Value,
Monocyte Absolute Value,
Eosinophil Absolute Value,
Basophil Absolute Value,
Red Cell Distribution Width-SD,
Red Cell Distribution Width-CV,
Mean Platelet Volume,
Reticulocyte percentage,
Reticulocyte Absolute Value,
Retic Hemoglobin (Cheyenne, Loveland, Fort Harrison, Sheridan, SLC)
Immature Reticulocyte Fraction,
Immature Granulocyte absolute value,
Immature Granulocyte percentage.
Automated Cell Count on various body fluids, including but not limited to Cerebral Spinal, Pleural, Peritoneal and Synovial Fluids, shall include WBC, RBC and Total Nucleated Cell (TNC) counts. (Cheyenne needs body fluid and CSF) Not required for Billings.
Respond to this announcement via email to
[email protected] no later than Thursday, October 25, 2018 at 3:00 PM Eastern Standard Time (EST). Interested parties should provide the following: Company Name, Company Address, Point of Contact, phone number, email address, DUNS number and capability statement for the requirement as stated above. Additionally, include company business size to indicate size business category.
THIS IS NOT A REQUEST FOR PROPOSAL. NAICS Code 325413 is applicable to this acquisition and the business size standard for a contractor is 1,250 employees. Interested firms are reminded that in accordance with FAR 4.12, prospective contractors shall complete electronic annual representations and certifications in conjunction with FAR 4.11 required registration in the System Award Management System (SAM) database prior to award of a contract.
Bid Protests Not Available