SOURCES SOUGHT
66 -- Microbiology Automated Blood Culture Incubation, Identification and Testing for Rocky Mountain Regional VA Medical Center
- Notice Date
- 10/6/2023 4:09:04 PM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
- ZIP Code
- 80111
- Solicitation Number
- 36C25924Q0015
- Response Due
- 10/20/2023 3:30:00 PM
- Archive Date
- 11/19/2023
- Point of Contact
- Juanita Street, Contracting Officer, Phone: 303-712-5736
- E-Mail Address
-
Juanita.Street@va.gov
(Juanita.Street@va.gov)
- Awardee
- null
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs, VHA, Network Contracting Office (NCO) 19 Rocky Mountain Acquisition Center is seeking potential sources that are capable of providing Microbiology Automated Blood Culture Incubation, Identification and Testing. Potential sources shall be capable of providing a Reagent Rental Agreement price structure which shall include the usage of the contractor-owned equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, and accessories, as well as all preventive and troubleshooting maintenance and repairs. The testing menu as defined, shall include blood culture analytical system for routine blood and mycobacterium, Aerobic and Anaerobic blood culture bottles, Identification (ID), and Antimicrobial Susceptibility Testing (AST). This requirement is for the Rocky Mountain Regional VA Medical Center located at 1700 North Wheeling Street, Aurora, CO 80045. NCO 19 is performing market research to determine if there is a sufficient number of qualified (1) Service-Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); (3) Small or emerging small business firms; or (4) Large businesses who can fulfill the requirement. This Sources Sought notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All SDVOSB, VOSB, small and large businesses capable of fulfilling the requirement are invited to respond. NAICS code to be used for this acquisition is 334516. All interested firms who can meet the requirements stated in the Summary of Requirements below should respond, in writing, with the following information: Company Name: Address: UEI (Unique Entity ID) Number: Contact Name: Phone No.: Email: Business Size Information - Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HUBZone Woman Owned Certified Service-Disabled Veteran Owned Small Veteran Owned Small Business Large Business FSS/GSA Contract Holder Yes No FSS/GSA Contract Number: Effective Date/ Expiration Date: Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. Responses and questions may be submitted electronically to: Juanita.Street@va.gov and NCO19Services2@va.gov in a Microsoft word compatible format no later than Friday, October 20th, 4:30pm Mountain Time. PHONE CALLS NOT ACCEPTED. SUMMARY OF REQUIREMENTS: The purpose of the Microbiology Automated Blood Culture Incubation, Identification and Testing requirement is to 1) Discover if there is an infection in the veteran patient, 2) If there is an infection, then Identify the infection and 3) Test the infection (bacterial, microbacterium, yeast, fungus/mold, etc.) to determine which drug, antibiotics and/or treatment is best to implement. This is accomplished using a specific series of steps. The patient blood or other body fluids is added to aerobic or anaerobic blood culture bottles which is then inputted into an incubator. If the results are positive, then the blood shall be plated onto media to grow the infectious agent in the blood to ensure there is enough quantity for testing. Then a colony is taken off the media to identify the infection. If applicable, a susceptibility testing is completed to determine the appropriate concentration of medication to treat the patient. Potential sources who respond to this sources sought shall be capable of providing: The ability to incubate blood samples, as well as other body fluids (using aerobic and anaerobic blood culture bottles) to culture the blood samples. The ability to grow different types of bacteria and infectious agents in the incubator. The ability to plate the culture onto media to grow the infectious agent. The ability to identify the infectious agent. The ability to conduct susceptibility testing. Examples of infectious agents are: bacteria, microbacterium, yeast, fungus, and mold. The contractor owned system shall be a fully automated system. The system shall be FDA approved and the reagents used shall also be FDA approved. Offer a Reagent Rental Agreement wherein the cost of the Reagents shall include the usage of the contractor-owned analyzer/equipment, supplies, consumables, maintenance, repair, training and software.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9dc41c8d5e3e452795263883cdbd9180/view)
- Place of Performance
- Address: Department of Veterans Affairs Rocky Mountain Regional VA Medical Center Attn: Pathology and Laboratory 1700 North Wheeling Street, Aurora 80045, USA
- Zip Code: 80045
- Country: USA
- Zip Code: 80045
- Record
- SN06855505-F 20231008/231006230050 (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 |