Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
DOCUMENT

65 -- DPC Immulite Siemens - Attachment

Notice Date
8/29/2012
 
Notice Type
Attachment
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Veterans Affairs;VA Midwest Health Care System;Attention: Network Contract Manager;708 S. THIRD ST., SUITE 200E;Minneapolis MN 55415
 
ZIP Code
55415
 
Solicitation Number
VA26312Q0525
 
Response Due
8/20/2012
 
Archive Date
9/19/2012
 
Point of Contact
T
 
E-Mail Address
Contracting Officer
(timothy.wilson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice only. Solicitations are not available at this time. The North American Industrial Classification System Code is 325413 (Size Standard: 500 employees) the classification code is 6550. It is anticipated that the period of performance will be for one base period plus 4 option years. This is only a request for information, do not submit pricing. The Government is only looking for sources that are available to meet the requirements described below. Vendors that can meet the requirements described below are to submit company information below as well as product information pertaining to the items being requested. The U.S. Department of Veterans Affairs, Minneapolis VA Healthcare System, Minneapolis, Minnesota, has a requirement for Immunoassay reagents, controls, diluents and supplies that are FDA approved and are proven to be compatible for use with VA owned Diagnostic Products Corporation (DPC) Immulite Analyzer. Reagent Kits required include: EPO LKEP1, ACTH LKAC1, Estradiol LEK21, Insulin LKINI, Gastrin LKGA1, Free Testosterone TKTF1, and Aldosterone TKAL1. Quality control required include: ACTH controls LACCM, EPO controls LEPCM, and Gastrin controls LGACM. The product numbers referenced are those of Diagnostic Products Corporation Los Angeles, California, and are meant to be descriptive but not restrictive. These products are products that have been previously utilized by the VA Laboratory Service and have been found to be acceptable. Offeror may offer brand name or equal. Offerors are requested to list the brand name, manufacturer, catalog number, etc of each line item offerred. If offeror is offering other than brand name, he is required to submit clear and convincing evidence, including descriptive literature, that supports that the product bid is an "equal" product. Acceptability of "equal" products will be determined solely by the VA Pathology and Laboratory Medicine Service. All items are being procured on a brand name or equal basis. If equivalent items are proposed, please provide adequate literature to draw comparability to the brand name product. Responses to this notice should include the following: Company name Address Point of Contact Email and phone number Cage Code & DUNS Number Business size GSA Contract Number Reference VA263-12-Q-0525 on all documents. Mandatory Source Availability (Ability One, FPI, etc) Business Status (large or small); identifying whether or not the firm falls into any of the socioeconomic categories, small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, women-owned small business. Commercial and Government Entity (CAGE) Code Any pertinent information which demonstrates the ability to meet the above requirement. Market research is being conducted to determine potential sources for this requirement. All information submitted in response to this notice is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Companies with the ability to provide these items are requested to notify, Tim Wilson, Contracting Officer at the address in this announcement by 3:30 PM CDT on September 5, 2012. All responses shall be submitted via e-mail to the following: timothy.wilson@va.gov, or mailed to Tim Wilson, Department of Veterans Affairs Network Contracting Office 23 (NCO23),708 South Third St., Suite 200E, Minneapolis, MN 55415, no later than 3:30 P.M. central daylight time (CDT ) on Wednesday, September 5, 2012. Contracting Office Address: Network Contracting Office 23 (NCO23) 708 South Third St, Suite 200E ATTN: Tim Wilson Minneapolis, MN 55415 Place of Performance: - Minneapolis VA Healthcare System 1 Veterans Dr Minneapolis, MN 55417
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/MiVAMC618/MiVAMC618/VA26312Q0525/listing.html)
 
Document(s)
Attachment
 
File Name: VA263-12-Q-0525 VA263-12-Q-0525_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=460926&FileName=VA263-12-Q-0525-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=460926&FileName=VA263-12-Q-0525-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN02860096-W 20120831/120829235550-1922cdf3ec94853dc7ddc7d8f117d0d5 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.