West Virginia Bids > Bid Detail

6640--Urine Chemistry Analyzer RFI

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159111262476816
Posted Date: Apr 9, 2024
Due Date: Apr 23, 2024
Solicitation No: 36C24524Q0437
Source: https://sam.gov/opp/a1cef7a6f5...
Follow
6640--Urine Chemistry Analyzer RFI
Active
Contract Opportunity
Notice ID
36C24524Q0437
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 09, 2024 10:37 am EDT
  • Original Response Date: Apr 23, 2024 10:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Department of Veterans Affairs Beckley VA Medical Center Beckley , WV 25801
    USA
Description
Responses must be received no later than Tuesday, April 23, 2024, at 10:00AM EST.
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), 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 RFI.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide Urine Chemistry Analyzer CPR for the Beckley VA Medical Center.

ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

20,400.00
EA
__________________
__________________

URINE CHEMISTRY ANALYZER REPORTABLE FOR 12 MONTHS
0002

12,000.00
EA
__________________
__________________

MICROSCOPY ANALYZER REPORTABLE FOR 12 MONTHS
LOCAL STOCK NUMBER: 46680


GRAND TOTAL
__________________


DESCRIPTION/SPECS/WORK STATEMENT

Automated / Integrated Urine and Body Fluid Analysis Instrument with Consumables Cost Per Reportable Result (CPRR)
Beckley VAMC Pathology & Laboratory Medicine Service
1. Introduction & Scope of Work

Contractor will provide an automated Urinalysis and Body Fluid Imaging analyzer for comprehensive urine and body fluid testing for the Beckley VAMC s Laboratory Service. The government anticipates awarding a Cost Per Reportable Result (CPRR) Contract for one base year (10-1-2024 to 09-30-2025) with four (4) additional option periods. Each additional option period shall be contingent upon availability of next fiscal year funding.

2. Requirements

The Beckley VAMC Pathology and Laboratory Medicine Service requires a fully automated urinalysis / body fluid analyzer for patient testing of urine and body fluids. The system must provide accurate urinalysis chemical tests coupled with accurate urine automated particle recognition.

a. System required should be state of the art, walkaway instrument providing accurate reproducible results for the estimated following volumes:

1) Monthly urine chemical test volume of 1700

2) Monthly urine microscopy volume of 1000

b. Standard features should include:

1) Chemistry results for:

Glucose
Protein
Bilirubin
Urobilinogen
pH
Blood
Ketones
Nitrite
Leukocytes
Specific Gravity
Color and Clarity

2). Sample management capabilities allowing for automatic reflexing of selected microscopy specimens. Automated Microscopic results to include counts and imaging review for:

Red Blood Cells
White Blood Cells
White Blood Cell Clumps
Squamous Epithelial Cells
Non-squamous Epithelial Cells
Pathological Casts
Crystals
Yeast
Bacteria
Hyaline Casts
Mucus

3). Digital Imaging and auto-particle recognition via video display are essential for within lab consultation and as a professional teaching tool. To ensure clinical validation, image results must be auditable by the operator.

4). Ability to perform dilutions to address turbid samples and minimize the need for manual microscopic analysis. (Must have FDA clearance for dilutions)

4). Body Fluid analysis requiring small specimen volume with a lower linearity of 0 . Automated Body Fluid analysis of red blood cells and nucleated cells in the following fluid types:

Cerebrospinal
Pleural
Peritoneal
Peritoneal dialysate
Pericardial

5). System must be LIS communication capable via Data Innovations Instrument Manager interface. Any required interface connections will be provided by the contractor. Rules testing to enable low complexity auto verification with DI.

Services do not require a connection to a contractor owned IT device.
The Authorization requirements do not apply, and that a Security Accreditation Package is not required.

6). Contractor must provide a backup accessory to ensure uninterrupted testing capabilities in the event of primary instrument downtime. This backup accessory should provide urine chemistry results that acceptably compare and correlate with the primary instruments assays.

7). Contractor must provide offsite training for two key operators and the associated expenses to be included.

8). On-site technical service specialist will provide setup, method validation, and correlations with new analyzers. This does not apply to existing instruments.
The technical service specialist will also provide on-site training per instrument for each completed year of customer agreement when a new instrument is installed.

3. DELIVERY/Location/Ordering

a). The CPPR program is to include all equipment, service and consumables (all reagents, controls, and calibrators necessary to operate the system). The equipment shall be delivered and installed and thereafter be kept at the customer location. Equipment remains property of contractor.

Delivery Location: Beckley VA Medical Center, Laboratory Room 2B-120,
200 Veterans Drive, Beckley, WV 25801

b). Quarterly consumables will be placed on standing order and be shipped FOB Destination (no charge). Quarterly supply quantities are to be evaluated and adjusted as needed based on patient testing volumes.

4. PROGRESS AND COMPLIANCE

a). Contractor warrants the equipment will be free from defects and perform in accordance with published specifications.

b). Contractor agrees to repair or replace any defective parts that interrupt the end product or patient result obligated under this contract.

c). Contractor agrees to upgrade any new software versions at no extra cost to the government.

d). Contractor agrees to perform instrument validation and patient correlation studies prior to system implementation.

Period of Performance:

Base year: 10/01/2024 09/30/2025
Option Year 1: 10/01/2025 09/30/2026
Option Year 2: 10/01/2026 09/30/2027
Option Year 3: 10/01/2027 09/30/2028
Option Year 4: 10/01/2028 09/30/2029
-----------------------------------------------------------------------------------------------------------------------------

The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below.
If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions:
(1) Please indicate the size status and representations of your business, such as but not limited to: Service-Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you are a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling, and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to Michael.Jones16@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, April 23, 2024, at 10:00AM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 09, 2024 10:37 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >