Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 23, 2021 SAM #7083
SOURCES SOUGHT

65 -- Brand Name CBG BioTech 5 Gallon Path True Cart-Mounted Solent Recycler This is not a request for quote

Notice Date
4/21/2021 8:19:10 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24421Q0616
 
Response Due
4/26/2021 12:00:00 PM
 
Archive Date
04/29/2021
 
Point of Contact
lashawn.knight@va.gov, LaShawn Knight, Phone: 240-215-8892 ext. 2199
 
E-Mail Address
Lashawn.Knight@va.gov
(Lashawn.Knight@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. CBG 5 Gallon PathTrue Cart-Mounted Solvent Recycler INTRODUCTION/BACKGROUND: The Wilmington VA Medical Center recycles lab solvents to reduce lab waste, lower solvent costs, and adhere to relevant industry regulations while positively impacting the environment. The recycler currently being used in the Histology department of Pathology and Laboratory Medicine at the VA Medical Center, Wilmington, Delaware has been deemed a safety concern since leaking solvents and fumes have been identified during the recycling process. As to not exceed the facility s liquid waste regulation limitations, it is essential the Laboratory have a reliable recycling system in place. OBJECTIVE: The department of Pathology and Laboratory Medicine (113) at the Department of Veterans Affairs Medical Center, (460) Wilmington, Delaware, hereby referred to as the VAMC Wilmington (460), is seeking the emergent acquisition of one (1) CBG 5 Gallon PathTrue Cart-Mounted Solvent Recycler analyzer. The contract sought is a onetime purchase. CBG BioTech is the sole supplier of the 5 Gallon PathTrue Cart-Mounted Solvent Recycler system. This acquisition is an urgent request to obtain a new, safe, closed-system recycling instrument, that requires no manual exposure, has an automatic draining system, and provides a built-in spill containment. This purchase will resolve safety concerns reported due to leaking solvents and chemical fumes released during processing. MAJOR REQUIREMENTS: In order for the Contractor to accomplish the work under this task order/purchase order, it shall be necessary for the Contractor to complete the following tasks: Supply one (1) 5 Gallon PathTrue Cart-Mounted Solvent Recycler Provide delivery of instrumentation to the VAMC Wilmington (460), Department of Pathology and Laboratory Medicine (113). Delivery must occur within the timeframes designated by the Federal Government for emergent requests. The awarded vendor must install and provide instructions and/or training on the use of instrumentation supplied. The awarded vendor must clearly indicate the terms of the standard warranty provided with the instrument. Information concerning extended warranty options, if available, may be provided. The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. GOVERNMENT FURNISHED INFORMATION OR MATERIAL: This acquisition does not include Government-furnished property (GFP), identify in the Statement of Work all available information on GFP to be provided, including the make, model, bar code number and serial number, if available, of all accountable assets with an acquisition cost of $500 or more. This acquisition does not include Contractor-acquired property (CAP). MEETINGS AND REVIEWS: Not applicable for this acquisition. TRAVEL REQUIREMENTS: Not applicable for this acquisition. CONTRACTING OFFICER'S REPRESENTATIVE (COR): The identified COR and technical representative for this acquisition is JoAnna M. Bakanas, MLS (ASCP)CM, Manager, Pathology and Laboratory Medicine. Contact information, Phone 302-994-2511 ext. 4388, or email joanna.bakanas2@va.gov. ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Confirmation of instrumentation delivery will be made through the Logistics Department of the VAMC Wilmington (460). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. PERIOD OF SERVICE: Delivery must occur within the timeframes designated by the Federal Government for emergent requests. CONTRACTOR QUALIFICATIONS: Not applicable for this acquisition. SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: Not applicable for this acquisition. PLEASE NOTE: Staggered delivery and direct delivery to the receiving Outpatient Clinic may be requested for this equipment. All deliveries shall be coordinated with the COR before arrival. Failure to coordinate delivery will be grounds to refuse delivery. Request for Information - Instructions The information identified above is 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS). 334516 Please answer the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied. Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice. Obtained an individual or class waiver? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) 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? (6) If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. *** Submissions addressing number (10) should show clear, compelling and convincing*** evidence that all equal to items"" meet all the salient characteristics. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to lashawn.knight@va.gov no later than, 03:00 PM Eastern Standard Time (EST) on April 26, 2021. This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract Specialist LaShawn Knight . All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the beta.sam web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist at lashawn.knight@va.gov. Reference 36C24421Q0616 in the subject of your email. 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. End of Document
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6015a783ed4647d8ad8877db3d09a0ad/view)
 
Place of Performance
Address: Wilmington VA Medical Center 1604 Kirkwood Hwy Wilmington, DE 19805, USA
Zip Code: 19805
Country: USA
 
Record
SN05979635-F 20210423/210421230114 (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 |
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.