Tennessee Bids > Bid Detail

6640--Urinalysis Analyzer & Testing Services (Base + Four Years)

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159450002873812
Posted Date: Jan 19, 2024
Due Date: Jan 26, 2024
Source: https://sam.gov/opp/797ba7c7ae...
Follow
6640--Urinalysis Analyzer & Testing Services (Base + Four Years)
Active
Contract Opportunity
Notice ID
36C249-24-AP-0211
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
249-NETWORK CONTRACT OFFICE 9 (36C249)
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 View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jan 19, 2024 09:57 am CST
  • Original Published Date: Jan 19, 2024 09:56 am CST
  • Updated Response Date: Jan 26, 2024 12:00 am CST
  • Original Response Date: Jan 19, 2024 12:00 am CST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Feb 10, 2024
  • Original Inactive Date: Feb 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Sole Source (FAR 19.14)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Knoxville , TN 37919
    USA
Description

Location



VA Knoxville Community Based Outreach Clinic (CBOC)

1557 Downtown West Boulevard

Knoxville, TN 37919-5407



Performance Work Statement (PWS) – Urinalysis Analyzer & Support Services



1. Technical Features. Instrumentation shall perform all analyses with precision as defined by current

Clinical Laboratory Improvement Amendments (CLIA) and the Clinical and Laboratory Standards Institute

(CLSI).





2. Operational Features.

Instrumentation must be available at the time of proposal submission and shall:

a. Function as an automated, walk-away instrument for urine chemistry and microscopic analysis.

b. Provide identification for the following particles in urine: RBC, WBC, Bacteria, Hyaline Casts,

Pathological Casts, Crystals, Squamous Epithelial Cells, Non-Squamous Epithelial Cells, Yeast, WBC Clumps, Sperm and Mucus.

c. Provide reagent barcode capability and inventory control, to include data archiving and active reagent

volume monitoring and warning. Reagents shall have extended calibration stability.

d. Read bar coded patient samples using the VistA Universal Identification system and have the ability to

enter/run patient samples manually, with or without barcodes, during HIS/LIS downtime.

• This analyzer connects to VISTA via a DICOM interface.

• The contractor will have no access to patient information during anytime (i.e. during setup/

installation, routine maintenance, or service.

e. Minimize sample carryover: Carryover specifications shall be provided for each instrument.

f. Include a multitasking computer system with:

(1) User-friendly software. Operators of all skill levels should be able to use efficiently.

(2) Ability to locate patient samples using patient name, SSN, or unique ID, and determine when results

will be available.

(3) Ability to print patient reports -in a chartable/medical record format- that may be sent to providers

during HIS/LIS downtime.

(4) Ability to retransmit results after HIS/LIS downtime.

(5) Ability to easily add/update quality control and calibrator materials and values, and track the

changes.

(6) Ability to run new and old lot numbers of QC concurrently for parallel testing.

(7) Ability to use only one printer to print QC data, review screens, or print files while running patient

samples.

(8) Ability to review abnormal results on the instrument.

g. Include an interactive, on-board QC package with:

(1) Modified Westgaard rules and Levy-Jennings plots.

(2) Printable QC results that include meaningful information, such as Standard Deviation Index.

(3) Electronic archiving and corrective action documentation.

(4) Ability to evaluate and print QC results while the instrument is analyzing patient samples.

(5) Ability to monitor calibrations for slope, intercept, blank, etc.

(6) Ability to export values to a commercial quality control program.

h. Include bi-directional LIS host query interfacing through Data Innovations. The vendor shall provide additional equipment, such as middleware, needed to interface the analyzers. The analyzer shall be able to retransmit data after instrument downtime. The instrument should only require a single LIS Interface.

i. Provide true STAT interrupt.

j. Offer a throughput of at least 70 tests per hour.

k. Require minimal time to perform recurring maintenance (daily, weekly, monthly, etc.).

l. Require minimal start up time from standby mode to operation.

m. Require minimal reagent and calibration preparation.

n. System shall have detector system for bubbles, clots, and incomplete sample aspirations. System should be available for detecting interfering substances.

o. Include on-board electronic operating manuals and trouble shooting guide as well as a preventive maintenance guide and log.

p. Ensure ease of calibration with extended calibration stability and minimal calibration frequency.

q. System shall be totally self-contained excluding waste and will not require external water, pressure or vacuum. Vendor shall provide a waste stream analysis for each proposed instrument and if any waste requires special handling before disposal.

r. Require minimal time to perform recurring maintenance (daily, weekly, monthly, etc.). System must have a cleansing mechanism for small clots, electronic cleansing mechanism preferred.

s. Require minimal start up time from standby mode to operation.

t. System shall be calibrated on assayed material compatible with CAP guidelines. The analyzer shall compile all calculation. Cal factors shall be stored internally and activated internally at the operator’s discretion.





3. Optional Features. In addition to the base capabilities listed above, optional/desirable capabilities may be required as indicated below.

a. Touch screen.

b. Meter or computer printout for calibrators, controls, patient results, repeats.


Attachments/Links
Contact Information
Contracting Office Address
  • VISN 9 CONSOLIDATED ACQUISITION 3400 LEBANON ROAD
  • MURFREESBORO , TN 37129
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >