Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 06, 2018 FBO #6161
DOCUMENT

65 -- 589-19-1-1792-0001 -KC- FULLY MOTORIZED ROTARY MICROTOMES (VA-18-00147203) - Attachment

Notice Date
10/4/2018
 
Notice Type
Attachment
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office (NCO) 15;3450 S 4th Street Trafficway;Leavenworth KS 66048
 
ZIP Code
66048
 
Solicitation Number
36C25519Q0011
 
Response Due
10/9/2018
 
Archive Date
12/8/2018
 
Point of Contact
Philip A Bouffard
 
E-Mail Address
6-1978<br
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. The submission of pricing, capabilities for planning purposes, and other market information is highly encouraged and allowed under this RFI In Accordance With (IAW) FAR Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1250 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 15 Network Contracting Office, is seeking sources that can provide the following, or brand name equal, microtome instrument and requested consumables on a lease basis: Brand Name Info: Leica RM2245 Rotary Microtome and Consumables Required specifications: Fully motorized microtome units. The unit must be ergonomically designed to reduce work related injuries. The microtomes must be a two in one design concept allowing motorized and manual sectioning. Units must be brand-new equipment. Refurbished or previously owned units are not acceptable. Unit must provide control of automated functions through a hand pad control panel; preferably positioned either on the left or right side of the microtome to ensure ergonomic operation of the unit. The unit must have a foot pedal/electronic emergency stop function. The unit must have a coarse feed wheel ergonomically positioned to reduce fatigue while trimming. The microtomes must have an adjustable force balancing system to eliminate the risk of injury by an unbalanced object head falling into the knife. The units must have an anti-static waste tray to facilitate cleaning and improve efficiency of the staff. The unit must contain 2 in 1 blade holder for both high and low-profile blades. The unit must be able to provide rapid specimen exchange by using programmable memo positions and fast homing features. Additional Requirements: On-site training of histology staff on completion of installation at no cost to the government. The contractor shall provide at least one copy of the Operator s Manual and of the technical service manual. Installation and service must be performed by factory trained and authorized individuals. The contractor shall provide warranty for a minimum period of one (1) year to include unit and equipment installation. Contractor shall provide service response time of 24 hrs. turnaround time. The information identified above are intended to be descriptive, not restrictive, and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications, or brand name equal. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Please provide general pricing of your products/solution for market research purposes. Catalog list prices, FSS prices, or any other publicized price lists are acceptable. Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Please provide your DUNS number. Responses to this notice shall be submitted via email to Philip Bouffard at Philip.bouffard@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, October 11, 2018 at 0800 PDT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LeVAMC/VAMCKS/36C25519Q0011/listing.html)
 
Document(s)
Attachment
 
File Name: 36C25519Q0011 36C25519Q0011.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4620897&FileName=36C25519Q0011-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4620897&FileName=36C25519Q0011-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Kansas City VA Medical Center;4801 East Linwood Blvd;Kansas City, MO
Zip Code: 64128
 
Record
SN05115991-W 20181006/181004230915-ffd281db7fc1e04f2776ec6b139b02ec (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.