SOURCES SOUGHT
65 -- Brand Name or Equal to Milestone Medical- Lab Grossing Station. This is NOT a request for quotes.
- Notice Date
- 2/9/2024 11:32:17 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
- 36C24424Q0376
- Response Due
- 2/19/2024 1:00:00 PM
- Archive Date
- 04/19/2024
- Point of Contact
- David Santiago, Contract Specialist, Phone: 412-822-3746
- E-Mail Address
-
david.santiago2@va.gov
(david.santiago2@va.gov)
- Awardee
- null
- Description
- STATEMENT OF WORK Modular Grossing Station Background: The Corporal Michael J. Crescenz VA Medical Center (CMCVAMC ) located at 3900 Woodland Avenue in Philadelphia, PA. 19104, provides inpatient and outpatient clinic appointments to Veterans within the Metropolitan tri-state area. We are the department of Pathology & Laboratory Medicine Service (P&LMS) requires a grossing Station to perform anatomic pathology tissue gross examination. The Modular Grossing Station is needed for safety measures when working with infectious materials. The cabinet will provide personnel, product and environmental protection. They are required by OSHA and Laboratory regulatory agencies. Scope: Pathology & Laboratory Medicine Service wishes to obtain a onetime task order to procure the needed equipment. Objectives: The equipment procured shall perform according to Clinical Laboratory Standards Institute (CLSI), OHSA and SEFA-1 specifications. Tasks: To meet the needs of the P&LMS, the equipment must meet the following salient characteristics: Integrated Gross Digital Imaging System Operator presence sensor shuts unit down when no one is in front of the gross station. Tracking of specimens via Digital Imaging Software Built in grinder. Pulls air down and back to properly protect from fumes. Spent / fresh formalin tanks with safety valves. AISI 316 steel acid resistant in working areas. Whole system should be no wider than 180cm wide Working Sink 500mm Width In Sink Garbage Disposal system Blue Cutting board 500mm width Exhaust Fixative Draining System Funnel 500mm width Back wall Shelf Marco Path with touch screen and keyboard and support for each Fresh Fixative loading station Magnetic bars for holding knives. Heavy duty spray faucet Standard foot petals to dictation Height adjustable Delivery: The equipment must be delivered to the Philadelphia VA Medical Center no later than March 31, 2024 Government Furnished Property: N/A Security Requirements: There are no physical security requirements as this is a simple acquisition of equipment. There are also no Information Security elements related to this procurement. Facility Access: Need to deliver the equipment to the CMJC VAMC loading dock. Once equipment has been inspected by BIOMED it will be delivered to PM&R department. The vendor will check-in downstair, personnel will escort him to the department to provide training to the department. PM&R Point of Contact, Kerri Butler, will coordinate with the vendor to set up training. Delivery Instructions: Deliver to the CMCVAMC warehouse Department. 3900 Woodland Ave Philadelphia PA 19104. Upon delivery to notify Biomed department for barcoding. Deliver material to job in manufacturers original sealed container with brand name marked thereon or maintain coverings in place and in good repair. PO# must be on the outside of the shipping box for easy identification. Delivery Days are Monday through Friday during normal business hours which are defined as 7:30am to 3:00pm. National Holidays are excluded. Any delivery service performed for emergency orders may be delivered other than normal business work hours and must be approved. The Contractor is not required to provide delivery services on the following National Holidays, nor shall the Contractor be paid for these Holidays and any other declared national holiday by the President. HOLIDAY New Year s Day Martin Luther King s Birthday President s Day Memorial Day Juneteenth Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day WARRANTY: The Contractor shall provide at least a one-year manufacturer s warranty on all parts. Any recalls to the equipment, the vendor agrees to replace within three business workdays without any additional cost to the government. The Government understands there could be global supply and shipping issues for replacement parts. The warranty shall include shipping costs associated with any warranty repair. PERIOD OF PERFORMANCE - Single procurement. No base or option period of performance. MISCELLANEOUS INFORMATION: Payment Net 30 days. Other special requirements or situations: If for any reason the scheduled time for a deliverable cannot be met, the contractor is required to formally explain (include the original deliverable due date) in writing to the COR (Contracting Officer Representative) and CO (Contracting Officer) the justification for late delivery. The formal document shall include a firm commitment of when the work shall be completed. This notice to the COR and CO shall cite the reasons for the delay, and the impact on the overall project. The CO will then review the facts and issue a response in accordance with the FAR. CHANGES TO STATEMENT OF WORK Any changes to this SON shall be authorized and approved only through written correspondence from the CO. A copy of each change will be kept in a project folder along with all other products of the project. Costs incurred by the contractor through the actions of contractor s staff, sub-contractors, and all other parties other than the CO shall be the responsibility of the contractor. HIPAA Training Certificates For on-site installation work and activation of equipment, the contractor must provide all HIPAA training completion documentation to the COR listed in the awarded contract. Smoking All VA Philadelphia property is smoke-free. Contractor personnel will comply with VA Philadelphia smoking policies. Violations will result in a warning and possible citation. COVID-19: Upon entering CMCVAMC, per CDC and federal regulations, all personnel must wear the required PPE while on-site; at a minimum this includes a cloth mask. PPE will not be provided by CMCVAMC. All individuals are required to enter through the main entrance for temperature screening. If Contractor s temperature exceeds the designated threshold, they will be asked to leave. In the event of an FSE being forced to vacate the premises, they shall notify the necessary Biomedical Engineering staff and provide a contact for a replacement. Instructions to Vendors The information identified above is intended to be descriptive of the Brand Name or Equal to Milestone Medical Integrated Gross Digital Imaging System, 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: 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, distributor, or an equivalent solution to the items being referenced above? (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) Describe how your small business takes ownership of the equipment in the manufacturing, assembly, or delivery process. (6) 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? (7) 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 subcontracted work and completion of job. (8) 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. (9) 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? 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 regarding the brand name equipment. (11) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Responses must be received via e-mail to david.santiago2@va.gov, no later than, 4 PM Eastern Standard Time (EST) on February 19, 2024. This notice will help the VA in determining available potential sources only. Reference 36C24424Q0376 in the subject of the email response. 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, David Santiago. 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 this Sources Sought Notice to be considered for a set-aside. 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 david.santiago2@va.gov 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/be94818b4f3b4b9a87595435d29a3ace/view)
- Place of Performance
- Address: The Corporal Michael J. Crescenz VA Medical Center Philadelphia VA Medical Center 3900 Woodland Avenue, Philadelphia, 19104, USA
- Zip Code: 19104
- Country: USA
- Zip Code: 19104
- Record
- SN06962046-F 20240211/240209230056 (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 |