Check the "Contract Updates for the Week"

POLYMERASE CHAIN REACTION (PCR) SUPPLIES AND INSTRUMENTATION

(contract last updated 08/16/2013)

SCOPE: Contract for the Wisconsin State Laboratory of Hygiene (WSLH)  for Polymerase Chain Reaction (PCR) supplies and instrumentation.

CONTRACT # DESCRIPTION
11-5743 POLYMERASE CHAIN REACTION (PCR) SUPPLIES AND INSTRUMENTATION
CONTRACT ORIGIN: ADDITIONAL INFORMATION:
UW-Madison
Purchasing Services
21 N Park St, Ste 6101
Madison, WI 53715-1218
UW-Madison users contact:
Susanne Matschull
(608) 262-3198 / FAX (608) 262-4467
smatschull@bussvc.wisc.edu
  Non-UW-Madison users contact: Vendor Representative
RESTRICTED TO: Wisconsin  State Laboratory of Hygiene (WSLH)
COOPERATIVE PURCHASING: NO
CONTRACT TERM: September 1, 2010 through August 31, 2014, unless amended, cancelled or rebid.

Manufacturer(s) ROCHE DIAGNOSTIC CORPORATION
Vendor(s)
001917
Roche Diagnostics Corporation
9115 Hague Rd  Bldg #VV
Indianapolis  IN  46250
     
Sales Representative: PHONE # CELL #
Anna Callender 317-460-2893 866-632-5503
E-mail anna.callender@roche.com
  PHONE # FAX #
Ordering/Expediting: 800-428-5076 800-722-7222
Invoice Information: 800-428-5076 800-722-7222
Returns: 800-428-5076 800-722-7222
Supplier Diversity Reporting: 317-521-3641 317-521-6895
Website www.roche-diagnostics.us/Pages/default.aspx
Commodity Code 175-13
175-23
493-08
Federal Employee ID # (FEIN) 13-2511923
F.O.B. “D” F.O.B. DESTINATION, FREIGHT PREPAID AND ALLOWED
“V” F.O.B. SERVICE/MAINTENANCE
Terms: N/30
Delivery: 10 days ARO
Invoicing: Invoices shall reflect contract pricing.
Return Policy: CONTACT VENDOR
Orders: Fax, Mail, Phone
Back Orders: Will notify ordering department within 24 hours of order/release.
Pricing Information: Contact agent at (608) 262-3198 (smatschull@bussvc.wisc.edu) for pricing.
SPECIFICATIONS

LOT I                Polymerase Chain Reaction Supplies with Instrumentation

I.          GENERAL REQUIREMENTS OF SUPPLIES                                                                 

1.         Contractor must provide Polymerase Chain Reaction (PCR) supplies for the detection of Hepatitis C Virus (HCV) that are Food and Drug Administration (FDA) licensed or under FDA review.

2.         Instrumentation must come with UNG (Uracil N Glycosylase) as a means to prevent amplicon contamination.

3.         Instrumentation must have incorporated one positive and one negative RNA control. Additionally an internal control to check for inhibition/efficiency of Sample preparation must be an option. 

4.         Instrumentation must utilize the same methodological principles; PCR h target amplification, hybridization of the amplified products to a specific nucleic acid probe and detection of the amplified product by color formation.

5.         Contractor must replace any incomplete or unsatisfactory supplies at no additional charge to the WSLH.

II.         INSTRUMENTATION REQUIREMENTS

1.         Instrumentation must be capable of interfacing with an existing EPIC LaboratoryInformation Management System (LIMS).

2.         Instrumentation must include integrated walk-away amplification, dilution and detection.

3.         Instrumentation must have a throughput of at least 48 specimens (22 samples plus 2 controls for amplification and detection, plus 22 samples, plus 2 controls for detection only) per day.

5.         Used or demonstrator instrumentation being offered must be less than 10 years old and been used in a laboratory setting.  Contractor must be able to provide a record of all preventive maintenance, repairs and upgrades that have been done to the instrument(s) they are proposing to provide.  The laboratory user will determine the acceptability of the instrument(s).

6.         Contractor must provide at no charge technical service and training to laboratory staff for each piece of instrumentation being provided upon request by the Department.  Equipment is currently on-site, operational and training for the analyzer has already taken place.  Roche also provides a 24 hour technical support hotline at no charge to the customer.

7.         Contractor must provide trouble-shooting consultation within 8 hours of initial call.


Revision History

AMENDMENT #1 (8/16/13): issued to show extension in contract period to August 31, 2014.
link to top of document