STATEMENT OF REQUIREMENTS KANSAS CIYTY VAMC Quantiferon (QFT) TB Gold Plus 2 Supplies 7 DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK SCOPE OF PROCUREMENT: It is the intent of the Kansas City VA Medical Center to establish a Firm Fixed-price Blanket Purchase Agreement (BPA) for supplies needed for detection of mycobacterium infection. The Government will award a Firm Fixed Price estimated requirement contract to a single Contractor for supplies used to detect mycobacterium infection for use in a range of advanced analytical systems, including the DSX, Agility, and Liaison XL analyzers. Kansas City will provide an estimated volume by reagent as reflected in Attachment A. The Government estimates the volumes listed in Attachment A but does not guarantee volumes as listed; they are estimates ONLY. This will be a single award, firm-fixed price, five (5) year BPA. If the Contractor fails to perform in a manner satisfactory to the CO, this BPA may be canceled with thirty (30) days written notice to the Contractor by the CO. The Contractor shall also reserve the right to terminate this contract with 30 days notification to the CO. This BPA shall be reviewed annually. VISN 15 intends to establish the base year of the agreement for the period of 10/01/2025 through 9/30/2026. The desired reagents shall have the capability of performing as defined in this statement of requirements and shall be acquired for each of the clinical laboratories located within the VISN facilities listed in Attachment A. The Contractor is required to provide a continuously stocked inventory of reagents, controls, and supplies required to ensure that patient care operations are not interrupted. These items shall be of the highest quality, sensitivity, specificity and tested to assure precision and accuracy. Expiration date must be clearly marked on reagent, standards, and control containers. Alert/Notification of any delays in shipment as well as any or all technical advisory/recalls/alerts, prior to or simultaneously with field alerts should be forwarded to the designated individuals determined as identified in Attachment A. Special handling for emergency orders of supplies: In the event that the supplies are found to be defective and unsuitable for use with the Contractor s equipment, or the Contractor has failed to comply with the requirements for routine supply delivery, the Contractor is required to deliver the supplies within 24 hours of receipt of a verbal order for emergency delivery. If either circumstance has occurred, the Contractor shall deliver to the Government site in the most expeditious manner possible without additional cost to the Government, the necessary consumables in sufficient quantity as required to allow operation of the Contractor s equipment for one week (under normal Government test load volume). If additional requests for emergency supply delivery are required by the Government, they shall be honored by the Contractor until the arrival at the laboratory of the monthly standing order/routine supplies delivery. ORDERING METHOD: The participating facilities may order products via Electronic Data Interchange (EDI), telephone, facsimile, or other written communication, identifying the products by number, quantity, purchase price, address for delivery, and any special instructions. DELIVERY TERMS: The delivery terms for all items ordered under the BPA will be FOB Destination. Contractor will make shipping arrangements and prepay all shipping and handling costs. Contractor will promptly replace all Products lost or damaged in shipment. Contractor will be responsible for all disputes with the shipper and all insurance claims related to the shipment. RETURNS: Contractor will accept return of erroneously shipped Products, in accordance with the following: Contractor will credit Customer 100% of the Purchase Price for Products returned due to shipping errors, provided that Customer requests a Return Material Authorization (RMA) number from the Contractor in its notice to Contractor of a shipping error, and that Customer returns the Products within (30) days after its receipt of an RMA number. Returns will have RMA number written clearly on the outside of the shipping container. Contractor will not accept returns of Products ordered in error by Customer. GENERAL REQUIREMENTS: Technical Features: The desired reagents shall have the capability of performing as defined in the statement of work. The following products should be available LIAISON Control QuantiFERON-TB Gold Plus, Product #311021 LIAISON QuantiFERON-TB Gold Plus (US), Product #311040 QFT-PlusTubes (50x TB1/TB2/Nil/Mit), Product # 622536 Products must work on a range of advanced analytical systems, including the DSX, Agility, and Liaison XL analyzers. Collection tubes must be FDA approved for use with ELISA kits. Collection tubes must include NIL, TB1 Antigen, TB2 Antigen and Mitogen tubes. Attachment A PARTICIPATING MEDICAL CENTERS Participating Medical Centers: The following medical centers shall be authorized to place delivery orders against the BPA. VA Medical Center, 4801 Linwood Blvd, Kansas City, Missouri 64128-2226 Attachment B REAGENT REQUIREMENTS Catalog # Description/Part Number* 311021 LIAISON Control QuantiFERON-TB Gold Plus 311040 LIAISON QuantiFERON-TB Gold Plus (US) 622536 QFT-PlusTubes (50x TB1/TB2/Nil/Mit)