SOURCES SOUGHT
65 -- Name Brand or Equal: HistoCore AUTOCUT Microtome Kansas City VAMC
- Notice Date
- 1/19/2024 9:03:05 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 255-NETWORK CONTRACT OFFICE 15 (36C255) LEAVENWORTH KS 66048 USA
- ZIP Code
- 66048
- Solicitation Number
- 36C25524Q0130
- Response Due
- 1/28/2024 9:00:00 PM
- Archive Date
- 02/18/2024
- Point of Contact
- Tracie Raggs, Contract Specialist, Phone: 913-946-1985
- E-Mail Address
-
tracie.raggs@va.gov
(tracie.raggs@va.gov)
- Awardee
- null
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT 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. 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 Part 15.201(e). SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516 (size standard of 1000 Employees). 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 15 Network Contracting Office, is seeking sources that can provide the following,: Intent: It is the intent of the Kansas City VA to purchase one automated rotary microtome to use in the preparation of tissue samples obtained from Veteran patients. This preparation is necessary to produce diagnostic slides for review by P&LMS Pathologists for diagnostic purposes. Scope: The Contractor shall provide, transport, install and test all listed equipment. All products must meet all salient characteristics defined in this section. 2.2 All equipment and installation must meet manufacturers and VA specifications. 2.3 The Contractor shall furnish all supplies, equipment, and services for delivery and installation of the supplies and equipment. 2.4 The Contractor is responsible for any missing parts and components not included in the order to carry out the installation. 2.5 Training of staff in the operation and maintenance of the equipment shall be provided by the Contractor. Salient Characteristics Fully Motorized Rotary Microtome Name brand or equal to: HistoCore AUTOCUT Fully Motorized Microtome or Equivalent as listed below: Automated Rotary Microtome One fully motorized microtome unit to include all power cords. The unit must be ergonomically designed to reduce work related injuries. The microtomes must be a two in one design concept allowing fully motorized or fully manual sectioning. Refurbished or previously owned units are not acceptable. Unit must provide control of automated functions through a hand pad control panel; preferably positioned either on the left or right side of the microtome to ensure ergonomic operation of the unit. The unit must have a foot pedal/electronic emergency stop function. The unit must have a coarse feed wheel ergonomically positioned to reduce fatigue while trimming. The microtomes must have an adjustable force balancing system to eliminate the risk of injury by an unbalanced object head falling into the knife. The units must have an anti-static waste tray to facilitate cleaning and improve efficiency of the staff. The unit must contain 2 in 1 blade holder for both high and low-profile blades. The unit must be able to provide rapid specimen exchange by using programmable memo positions and fast homing. At least a 1-year warranty on the unit and installation. Minimal daily, monthly, and periodic maintenance. On-site training of histology staff on completion of installation at no cost to the Government. At least one copy of the Operator s Manual and of the technical service manual. Delivery and Installation Delivery Contractor shall deliver all equipment to the Kansas City VA Medical Center Pathology and Laboratory Medicine Service, Anatomic Pathology Section, room M1. 488 at 4801 Linwood Blvd. Kansas City, Mo 64128. Contractor shall package items to prevent damage or deterioration during shipment, handling, storage, and installation. Installation Contractor shall install equipment upon delivery to ensure functionality. The information identified above are 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, 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: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, an authorized distributor, or an equivalent solution to the items being referenced above? If an authorized distributor provide proof of authorization. If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, are you providing the equipment from a small business manufacturer? Do you alter, assemble, or modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number. Where is the product manufactured? Submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW. Provide your UEI number. Responses to this notice shall be submitted via email to Tracie Raggs at tracie.raggs@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Sunday, January 28, 2023 at 2300 CST. 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 sources sought. Responses to this sources sought 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/a7f3a59549d643a4853b39aea073fc67/view)
- Place of Performance
- Address: Kansas City VA Medical Center 4801 Linwood Blvd, Kansas City 64128, USA
- Zip Code: 64128
- Country: USA
- Zip Code: 64128
- Record
- SN06940576-F 20240121/240119230049 (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 |