The RFP Database
New business relationships start here

Microbiology Lab Automation


New York, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

VHAPM Part 813.106-1/2 SAP: Soliciting Competition & Evaluation of Quotations/Offers Page 1 of 4
Original Date: 10/12/17
Revision 01 Date: 01/08/18
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS

General Information
Document Type:
Combined Solicitation/Synopsis
Solicitation Number:
36C24219Q1122
Posted Date:
09/11/2019
Original Response Date:
09/19/2019
Current Response Date:
09/19/2019
Product or Service Code:
6630
Set Aside :
Unrestricted
NAICS Code:
334516
Contracting Office Address
Network Contracting Office (NCO) 2
Office Number: 315-425-4400 Ext. 56553
Fax Number: 315-425-4883
1304 Buckley Road Suite 104
Syracuse, NY 13212
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued.

This solicitation is a request for quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC_2019-01 01-22-2019.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000 employees.

The VA Healthcare System James J Peters Bronx VAMC is seeking the purchase and installation of a Microbiology Lab Automation System.

All interested companies shall provide quotation(s), for the following (please note equivalent items can be quoted):

Supplies

FACILITY REQUIRES THE PURCHASE AND INSTALLATION OF a Microbiology Lab Automation System.
The system must be a walk-away system. It must be modular, so that capacity and function may be expanded.
The microbial automation system must include a specimen processor and incubator with digital imaging that are connected by a conveyor system.
The system must label media with an accession number, inoculate and streak media and incubate media.
It must be FDA approved.
It must keep patient information secure.
Automated streaking system must store a minimum of 8 types of media plates at a time, have true walk away capabilities and allow for an extensive variety of plating protocols.
It must process samples at throughput of 75 samples/hr.
The system must have nominal maintenance.
The system must use standard 90mm agar plates.
The system must have a built in Class A2 like biosafety cabinet that allows the processing of Liquid and non-liquid samples
Automated and precise plate streaking
The contractor shall provide a complete document detailing the electric and data requirements of the proposed analyzers/system.
We require the inclusion of an Uninterruptable Power System (UPS) for each analyzer proposed and the inclusion of maintenance and replacement, if needed, throughout the life of the contract.

Maintenance and Repair
The offering to include Seven-day service 8:30am -5:00pm
Provide Remote Support 24/7/365
Software updates to provide system enhancements included
Parts Cabinet included on site

Training
We require Key User Training for 4 Key operators on site at the VAMC Bronx
Training Checklist
Interfacing
Analyzers proposed shall be capable of bi-directional, bar-coded, computer interface with VistA (at a minimum shall be capable of downloading patient demographics from host computer, integrating this information with test results and uploading to the host computer).
Bidirectional Interface included with ASTM plug-ins

Implementation Plan
The Contractor shall provide an implementation plan for the complete transition of all services under the awarded including installation and training of personnel, transition plan, performance of all comparisons and validations. This transition shall be completed no later than 120 days after the award or per the contractor project timeline. This timeline is based on a reasonable attempt of the Contractor to complete all the necessary implementation requirements within the stated timeframe.
Place of Performance
Address:
James J Peters Bronx VAMC
130 West Kingsbridge Road
Bronx, NY
Postal Code:
10468
Country:
UNITED STATES

Award shall be made to the quoter, whose quotation, offers the best value to the government, considering technical capability, past performance, and price. The government will evaluate information based on the following evaluation criteria: (1) price, (2) technical capability factor meeting or exceeding the requirement, and (3) past performance.B B

The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html.

The following solicitation provisions apply to this acquisition:
FAR 52.212-1, Instructions to Offerors Commercial Items (Oct 2018)
FAR 52.212-3, Offerors Representations and Certifications Commercial Items (Oct 2018)

Offerors must complete annual representations and certifications electronically via the System for Award Management (SAM) website located at https://www.sam.gov/portal in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.

The following contract clauses apply to this acquisition:
FAR 52.212-4, Contract Terms and Conditions Commercial Items (Oct 2018)
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2019)

The following subparagraphs of FAR 52.212-5 are applicable:
The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)).
52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C.644).
52.222-3, Convict Labor (June 2003) (E.O.11755).
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O.13126).
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).
52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).
52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).
52.225-1, Buy American-Supplies (May 2014) (41 U.S.C.chapter 83).


All quoters, shall submit the following: 1 (one) copy.

All quotations shall be sent to Kendall.jones@va.gov


This is an open-market combined synopsis/solicitation for products as defined herein.B B The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process, all quotes, must include a statement regarding the terms and conditions herein as follows:
"The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
quoter shall list exception(s) and rationale for the exception(s).

Submission shall be received not later than 1300 hours EST 09/19/2019 to Kendall.jones@va.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). e-mailed quotes will be accepted.

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Kendall N Jones at Kendall.jones@va.gov.

Point of Contact
Kendall N. Jones
Contract Specialist
Medical Supply Team
Network Contracting Office (NCO) 2
Kendall.jones@VA.GOV
Office Number: 315-425-4400 Ext. 56553
Fax Number: 315-425-4883
1304 Buckley Road Suite 104
Syracuse, NY 13212

Kendall N Jones
1304 Buckley Road, Ste. 104
Syracuse, NY 13212
315-425-4400 x 56553
kendall.jones@va.gov

kendall.jones@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP