SOURCES SOUGHT
66 -- OSMOMETER
- Notice Date
- 11/18/2020 4:37:17 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 260-NETWORK CONTRACT OFFICE 20 (36C260) VANCOUVER WA 98662 USA
- ZIP Code
- 98662
- Solicitation Number
- 36C26021Q0086
- Response Due
- 11/30/2020 5:00:00 PM
- Archive Date
- 12/10/2020
- Point of Contact
- Gregory G Watson, gregory.watson2@va.gov, Phone: 360-553-7602
- E-Mail Address
-
gregory.watson2@va.gov
(gregory.watson2@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. This is not a solicitation for bids, proposals, proposal abstracts, or quotations. The purpose of this Sources Sought Notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. The responses received from interested contractors will assist the Government in determining the appropriate acquisition method. The Department of Veterans Affairs (VA), Network Contracting Office (NCO) 20, is conducting market research to identify potential sources which can provide the following services: The Portland VA Medical Center (VAMC) requires Prospective contractors to provide the following A2O Advanced Osmometer Brand Name or Equal per FAR 52.211-6 Brand Name or Equal to Advanced Instruments, LLC. Item # Description/Part Number* Qty 1 A2Or Advanced Automated Osmometer, for routine osmolality determination utilizing the freezing-point method. The A2O is a multi-sample osmometer that provides automated liquid handling, a self cleaning fluid management system , touch screen operation, an integrated barcode scanner, onboard printer, bi-directional data communications, a built in quality control module, Ethernet and USB connectivity, and an integrated data management system. 1 2 SKC-A20 A2O Convenience Kit Clinical 200223 Disposable Micro-Sample Tubes - A2O 1 200221 Probe Wiper Rings, A2O 1 200222 Fluid, A2O System 1 3LA028 Osmolality Linearity Set, 5-Level,5mL Ampule - Pkg 10 1 3LA201 Calibration Standard, 2000 mOsm - 5 mL Ampule - Pkg 10 1 3LA301 Calibration Standard, 3000 mOsm - 5 mL Ampule - Pkg 10 1 3MA029 Reference Solution, Clinitrol 290,2mL Ampule, Pkg 10 1 FLA835 Paper, Printer - Thermal - Pkg 5 Rolls 1 3LA011 Calibration Standard, 100 mOsm - 5 mL Ampule - Pkg10 1 3LA091 Calibration Standard, 900 mOsm - 5 mL Ampule - Pkg 10 1 3MA028 Protinol Protein-Based Controls 1 3LA085 Renol Urine Osmolality Controls 1 3 ITV-A20 Instrument Installation, Training and Validation Services - A2O Includes: -Instrument installation & installation documents -On-site training (two hours) & training documents. Additional training hours available. -On-site instrument validation performed per manufacturer-recommended protocols 1 4 Service Contract,A2O,3 Year,Advanced Care Plus & Controls Three years of coverage in additional to manufacturer's one-year warranty. *Includes a year supply of manufacturer-recommended Protinol Protein-Based Controls (3MA028) and Renol Urine Osmolality Controls (3LA085). Use of controls from other manufacturers will impact your instrument warranty & service agreement. 1 Salient Characteristics Fully automated, multi-sample, analyzer. Built-in quality control software package. 115/120 VAC. Ethernet/LIS connectivity. On-board printer. Full calibrated range: 0 4000 mOsm/kg H2O. Initial and pre-test barcode scanning for positive specimen identification. Removable 20-position carousel for easy sample loading. Sample test volume 100 µL. 3-minute result turn-around time. Dimensions: 21 x 24 x 23 . Weight 70 lbs. Potential Businesses having the capabilities necessary to provide the above stated equipment services are invited to respond to this Sources Sought Notice via e-mail to Gregory.watson2@va.gov no later than 11/30/2020. No telephone inquiries will be accepted. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: company name, address, and business size, point of contact name, phone number, and e-mail address, OEM Certifications for Technicians to provide the services must be included in the response. OEM documentation confirming access to all required OEM parts must be included in the response. Please note whether system is presently offered on a current Government contract. NAICS Code 334516 is applicable to determine business size standard. Any questions or concerns may also be directed to Gregory.watson2@va.gov via e-mail. Disclaimer and Important Notes: This Sources Sought Notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. The Government will treat any information received as proprietary and will not share such information with other companies. Any organization responding to this Sources Sought Notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government may or may not issue a solicitation as a result of this announcement. There is no solicitation available at this time.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/63e3456d0d4b48f797df31f872566ab9/view)
- Place of Performance
- Address: Portland VA Medical Center 3710 SW US Veterans Hospital Rd., Portland 97239
- Zip Code: 97239
- Zip Code: 97239
- Record
- SN05856388-F 20201120/201118230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |