Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2023 SAM #7838
SOURCES SOUGHT

66 -- Slider Stainer

Notice Date
5/12/2023 8:35:44 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24523Q0638
 
Response Due
5/18/2023 9:00:00 AM
 
Archive Date
05/28/2023
 
Point of Contact
Michael Jones, Contract Specialist, Phone: (202) 745-8000 Ext. 52485
 
E-Mail Address
michael.jones16@va.gov
(michael.jones16@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 7 of 7 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 7 Responses must be received no later than Thursday, May 18, 2023 at 12:00PM EST. THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. 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 15.201(e). 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. IAW FAR 15.201(e), 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. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516. 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 5 Network Contracting Office, is seeking sources that can provide Slider Stainer for the Louis A Johnson VAMC, Clarksburg, WV. ITEM INFORMATION ITEM NUMBER DESCRIPTION OF SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 1.00 EA __________________ __________________ BENCHMARK SPECIAL STAINER EIL: 160, CSN:6640-433127, NXR-STANDARD-LAB-SLIDE STAINER EE20590 SN: 5110542 Louis A. Johnson VAMC Clarksburg, WV 26301 STATEMENT OF WORK AND GENERAL SPECIFICATIONS FOR SPECIAL STAINER 1. BACKGROUND: The Louis A. Johnson VAMC and Laboratory Medicine Service (PLMS) is seeking a special staining system for the Pathology laboratory. The special stainer must have the ability to run any test next to any other test. Bulk and waste fluid sensing which improves turnaround time and optimizes workflow. The ability to use ready to use reagents to decrease technician risk to harmful chemicals. 2. PROJECT SCOPE: The special stainer must be fully automated, including baking, deparaffinization and staining of slides with ready to use reagents. It must hold 1 20 slides with an independent temperature control for each position. The special stainer needs to be operated with one computer. It needs to be free standing in order to fit the current space of the histology work room.   3. SPECIFICATIONS: Mandatory Requirements Instrumentation The new special stainer must be fully automated, with the ability to run any test next to any other test. Footprint 40.9 cm x 66 cm x 38.4 cm(16.1 in x 26 in x 15.1 in) allows the stainer to fit in the space needed in the histology work room. Low operating costs. Ready to use reagents Routine maintenance totals less than 1 hour per month. Voltage 120 VAC ± 10% . Power connection Standard 3-prong grounded Dedicated telephone technical support available during normal business hours. Bulk fluid and waste capacities designed to support a minimum of three full runs Bulk and waste fluid sensing Barcoded slide label printer Software/Interface: Software provided by vendor. The stainer will not be interfaced with the hospital computer network. Installation: On-site installation by vendor. Service and PM One-year warranty with service contract available after one year. Training/Procedures On-site training by vendor. 4. DELIVERY LOCATION: Louis A. Johnson VAMC 1 Medical Center Drive Clarksburg, WV 26301 Room 2236 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. 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. 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: (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 or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items"" meet all required salient characteristics. Responses to this notice shall be submitted via email to Michael.Jones16@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, May 18, 2023, 12:00PM EST. 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 request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f338404c2b5048a3b4c47b38277e6339/view)
 
Place of Performance
Address: Louis A Johnson VA Medical Center 1 Medical Center Drive, Clarksburg, WV 26301, USA
Zip Code: 26301
Country: USA
 
Record
SN06681598-F 20230514/230512230112 (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.