Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2022 SAM #7595
SOURCES SOUGHT

65 -- SARs Reagents & Test Kits

Notice Date
9/14/2022 5:58:32 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
249-NETWORK CONTRACT OFFICE 9 (36C249) MURFREESBORO TN 37129 USA
 
ZIP Code
37129
 
Solicitation Number
36C24922Q0709
 
Response Due
9/19/2022 6:00:00 AM
 
Archive Date
12/27/2022
 
Point of Contact
Phon Phasavath, Contracting Officer, Phone: 615-225-5507
 
E-Mail Address
Phon.phasavath@va.gov
(Phon.phasavath@va.gov)
 
Awardee
null
 
Description
Page 3 of 3 **This is not a request for proposals, bids, or quotes. This notice does not represent a commitment by the Government to issue a solicitation or award a contract. The Government is not obligated to and will not pay for information received because of this announcement. ** This is a Sources Sought notice to obtain information regarding the availability and capability of all qualified sources to fulfill a potential requirement for with delivery of SARs reagents and test kits, and other consumables to conduct laboratory testing on the Hologic Panther Fusion System molecular testing equipment for the Louisville VA medical Center. The NAICS code is 339113 with a size standard of 750 employees. The purpose of this notice is to conduct market research and obtain information from qualified businesses. The responses to this announcement will assist in determining the socio-economic set aside if feasible. VA is required by Public Law 109-461 to give first priority to SDVOSB and VOSB concerns if there should be sufficient firms available to compete under a set aside. If insufficient Veteran Owned and Small Business response is received to establish the basis for setting this action aside for Other Than Large Business participation then the action will be advertised as Full and Open Competition, in which case, all interested parties responding shall be eligible to bid. Estimated yearly volumes for each of the cartridges used at the VAMC Louisville for 2023 follow. Please note these are ESTIMATES ONLY, and do not guarantee volumes. The Government estimates the volumes listed below but does not guarantee volumes. LIST OF EQUIPMENT: Item Number Stock Number Description Quantity Unit of Measure 0001 PRD-06419 SARS-COV2 ASSAY,APTIMA,EUA,CEV IVD 250 TEST 30 KT 0002 PRD-06420 SARS-COV2 ASSAY CONTROLS,APTIMA,EUA,CE IVD 30 KT 0003 PRD-06660 HOLOGIC SPECIMEN LYSIS TUBE SOLID CAP 1200 TUBES PER BAG 6 BG 0004 PRD-06997 HOLOGIC DIRECT LOAD TUBE COLLECTION KIT 100 TUBES PER BAG 75 BG 0005 303085 ADVANCED CLEANING SOLUTION AS NEEDED 10 KT 0006 303096 PANTHER RUN KIT AS NEEDED 10 KT 0007 104772-02 MULTI TUBE UNIT AS NEEDED 10 KT 0008 902731 SOLID WASTE BAG PANTHER AS NEEDED 10 KT 0009 303014 UNIVERSAL ASSAY FLUID APTIMA AS NEEDED 10 KT 0010 303013 AUTO DETECT KIT APTIMA AS NEEDED 10 KT 0011 504405 COVER/DEFLECTOR FOR WASTE BAG PANTHER AS NEEDED $ 10 KT 0012 CL0041 CAPS FOR PROBE/AMP/ENZYME RGT CONTAINER AS NEEDED 10 BG 0013 CL0040 CAPS FOR TCR/SELECTION RGT CONTAINER(250) AS NEEDED 10 BG 0014 501604 CAPS FOR TCR SELCTION CONTAINER(100TEST) AS NEEDED 10 BG 0015 501616 CAPS FOR ENZYME RGT CONTAINER(250TEST) AS NEEDED 10 BG Scope of Procurement The Contractor is required to provide a continuously stocked inventory of reagents, standards, controls supplies, disposables and any other materials required to properly perform tests on the equipment such that equipment operations are not interrupted. These items shall be of the highest quality, sensitivity, specificity and tested to assure precision and accuracy. Expiration date must be clearly marked on reagent, standards and control bottles. Unexpected changes in methodology/technology shall be at the expense of the Contractor. Alert/Notification of any delays in shipment as well as any or all technical advisory/recalls/alerts, prior to or simultaneously with field alerts should be forwarded to the Laboratory Manager. Special handling for emergency orders of supplies: In the event that the supplies are found to be defective and unsuitable for use with the contractor s equipment, or the contractor has failed to comply with the requirements for routine supply delivery, the contractor is required to deliver the supplies within 24 hours of receipt of a verbal order for emergency delivery. If either circumstance has occurred, the contractor shall deliver to the government site in the most expeditious manner possible without additional cost to the government, the necessary consumables in sufficient quantity as required to allow operation of the contractor s equipment for one week (under normal government test load volume). If additional requests for emergency supply delivery are required by the government, they shall be honored by the contractor until the arrival at the laboratory of the standing order/routine supplies delivery. RESPONSE CONSIDERATIONS: All information submitted is subject to verification. Additional information may be requested to substantiate responses. If interested, please respond via email to the following: Identify the socioeconomic status of your business (For additional information on small business concerns visit www.sba.gov). SDVOSB/VOSB must be listed as verified in VIP database at: https://www.vip.vetbiz.gov. Identify the Manufacturer product you distribute Include a manufacturer brochure Does the manufacturer consider trade-in equipment? Include an authorized distributor or reseller letter Identify whether you: (1) touch the product before delivering to the end-user? Or, (2) do you just forward the order to the manufacturer and they direct-ship to the end-user? Identify whether this requirement can be completed entirely under a GSA FSS delivery/task order, NASA-SEWP, other contract vehicle, or Open Market. Provide current and active FSS or NASA-SEWP, or other contract number. Each response shall be reviewed by the Contracting Officer/Specialist for determining whether there exists reasonable expectation of obtaining enough offers from responsible small businesses that are competitive in terms of product offering, market prices, quality, and delivery. A determination not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. All information furnished to the Government in response to this notice will be used for review purposes only. A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for determining whether to conduct a competitive procurement. The Department of Veterans Affairs will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered. All responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine if a solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) to be eligible for award and must submit a current authorized distributor letter from the manufacturer. If no responses are received from potentially responsible sources, Louisville VA Medical Center and its supporting contracting office NCO-9 - under FAR part 19.501(b) will have completed its due diligence regarding setting this procurement aside for small businesses and will proceed with procuring this requirement on an unrestricted basis or sole source basis. All Service-Disabled Veteran Owned and Veteran Owned Small Businesses must submit a self-certifying statement that their company meets all criteria established IAW 13 CFR 121.406(b)(1)(i) through (b)(1)(iii) thus demonstrating compliance with the Non-Manufacturer Rule. Interested parties are encouraged to furnish information by email only with RESPONSE TO SOURCES SOUGHT 36C24922Q0709 SARs reagents and test kits in the subject line. All documents submitted will not be returned. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Phon Phasavath, Contract Specialist, by email at Phon.Phasavath@va.gov NO LATER THAN September 19, 2022 @ 8:00AM CST. The capability documentation should include general information and technical background describing in detail the prospective contractor's capabilities and experience that will demonstrate the ability to support these requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/043ac09762b2420db6c049e5833c23a3/view)
 
Place of Performance
Address: Department of Veterans Affairs Louisville VA Medical Center 800 Zorn Avenue, Louisville 40206
Zip Code: 40206
 
Record
SN06465825-F 20220916/220914230139 (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.