Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 16, 2024 SAM #8116
SOURCES SOUGHT

66 -- OSMOPRO MAX_EER 201675 (VA-24-00048543)

Notice Date
2/14/2024 1:11:32 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
261-NETWORK CONTRACT OFFICE 21 (36C261) MATHER CA 95655 USA
 
ZIP Code
95655
 
Solicitation Number
36C26124Q0370
 
Response Due
2/21/2024 12:00:00 PM
 
Archive Date
04/21/2024
 
Point of Contact
Jason Olliff, Contracting Specialist, Phone: 916-843-7054
 
E-Mail Address
jason.olliff@va.gov
(jason.olliff@va.gov)
 
Awardee
null
 
Description
Sources Sought Notice Sources Sought Notice Page 5 of 5 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 of 5 DESCRIPTION Subject: Sources Sought, OSMOPRO MAX, OR EQUAL for the Mather VA Medical Center (VANCHCS) located at 10535 Hospital Way Mather, CA 95655-3045. The purpose of this sources sought is to conduct market research to support the procurement of OSMOPRO MAX OR EQUAL for the Mather VA Medical Center. This notice serves to survey the market in an attempt to ascertain whether or not sources are capable of providing the requested supplies. This notice allows potential vendors to submit a non-binding statement of interest and documentation demonstrating their capability. The source s sought effort is intended to assess industry capabilities and develop/support the intended direction of acquisition planning. The Network Contracting Office (NCO 21) is requesting responses from qualified business concerns; the qualifying NAICS code for this effort is 334516 ANALYTICAL LABORATORY INSTRUMENT MANUFATURING. This source sought is to gain knowledge of potential qualified sources and their size classifications (Service Disabled/Veteran Owned Small Business (SDVOSB/VOSB), Hub zone, 8(a), small, small disadvantaged, woman owned small business, or large business) relative to NAICS 334516. Responses to this notice, will be used by the Government to make appropriate acquisition decisions. After review of the responses to this notice, a solicitation announcement may be published. Responses to this notice are not considered adequate responses to any corresponding solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this notice. Background: The Department of Veterans Affairs (VA), VANCHCS has a requirement for OSMOPRO MAX. Refer to below list of requirements: See Attached Draft Salient Characteristics List of requirements below are BRAND NAME OR EQUAL : - Must have design capabilities: Compatibility: Yes, ethernet and USB connectivity, and an integrated data management system. Industry Standard: Yes, new, and improved technology Manufacturer Name: Advanced Instruments, LLC Two Technology Way Norwood, Massachusetts, 02062 Application Model/Make: OSMOPRO MAX Description/Part Number* Qty PART NUMBER / PRODUCT DESCRIPTION/PART NUMBER QTY OSMOPRO MAX AUTOMATED OSMOMETER Provides automated liquid handling, continuous sample loading, and a self-cleaning fluid management system. Touch screen operation, integrated barcode scanner, built-in quality control features. Ethernet and USB connectivity, and an integrated data management system. 1 ITV-SKC-PRO MAX Instrument Installation, Training and Validation Service-OsMoPro Max Instrument Installation, Training & Validation Service includes instrument installation & installation documents, on-site training (two hours) & training document, validation up to 6 hours and required consumables. Validation includes: Method Comparison: 20 patient serum/plasma & urine samples (10 serum + 10 urine) Precision/Accuracy: Clinitrol 290 - 5 replicates, Protinol Protein-Based Control (3 levels) & Renol Urine Control (3 levels) 5 replicates each/per level Linearity: Osmolality Linearity Set (5 levels) 5 replicates per level. Summary page & comprehensive report Certification of validation Meets CAP and CLIA requirements 1 SC-PRO-MAX-1YR-ACP Service Contract, OsMoPro Max 1 year, One Site 1-Year Advanced Care Plus Service Contract for OsmoPRO MAX. · One (1) annual on-site preventative maintenance service is covered under each year of a purchase agreement. · Onsite repairs and repair parts covered. · Unlimited phone support. Loaner instrument covered. · Maximize your value: Lock in your price with a multi-year contract. 1 FREIGHT / SHIPPING AND HANDLING Shipping cost to: VA Northern California Healthcare System 10535 Hospital Way Mather, CA 95655-3045 1 INSTRUCTIONS: Submit a brief description, two-three (2-3) pages (including cover letter) that demonstrates how your company can provide the requested supplies that are required. Include past experience in providing this system to the VA, other Government (Federal or State) agency, or for a private facility. Please specify your availability and your address. PLEASE INDICATE WHETHER YOU HOLD A GSA FEDERAL-SUPPLY SCHEDULE CONTRACT THAT COVERS THESE SERVICES AND, IF SO, THE CONTRACT NUMBER. Provide BUSINESS SIZE AND SOCIO-ECONOMIC STATUS; (a) Indicate whether your business is large or small (b) If small, indicate if your firm qualifies as a small, emerging business, or small disadvantages business (c) If disadvantages, specify under which disadvantaged group and if your firm is certified under Section 8(a) of the Small Business Act (d) Indicate if your firm is a certified Service-Disabled Veteran Owned Small Business (SDVOSB) or Veteran Owned Small Business (VOSB) (g) Include the DUNS number of your firm. (h) State whether your firm is registered with the System for Award Management (SAM) at http://www.sam.gov and/or the VetBiz Registry at http://vip.vetbiz.gov. If not, please NOTE that any future solicitation could only be awarded to a contractor who is registered in SAM and to receive award based on VOSB or SDVOSB status you must be registered in the VetBiz Registry (i) provide current commercial pricing and any applicable discounts. (j) link to the respondent s General Services Administration (GSA) schedule, or attached file of same, if applicable (k) citation of any current or past customers (i.e., within the past two (2) years) to include contract number, point of contact telephone number or e-mail address; and (l) other material relevant to establishing core competencies of the firm. Response is due by 12:00 AM Pacific Time, Tuesday February 21,2024. Please submit e-mail responses to Jason Olliff, Contract Specialist, at email address: jason.olliff@va.gov. Your response should include a STATEMENT OF CAPABLILITY, GSA SCHEDULE INFORMATION, DUNS#, BUSINESS SIZE, AND SOCIO-ECONOMIC STATUS information as explained above. Please place Attention: OSMOPRO MAX - VANCHCS in the subject line of your email. This notice is to assist the VA in determining sources only. NOTES: Issuance of this notice does not constitute any obligation whatsoever on the part of the Government to procure these services, or to issue a solicitation, nor to notify respondents of the results of this notice. No solicitation documents exists at this time; however, in the event the acquisition strategy demonstrates that GSA is a viable option for procuring a solution, the RFQ shall be posted to GSA eBuy where only those firms who currently hold a GSA Schedule with the applicable SIN will be able to respond. The Department of Veterans Affairs is neither seeking quotes nor accepting unsolicited quotes, and responses to this notice cannot be accepted as offers. Any information the vendor considers proprietary should be clearly marked as such. The U.S. Government will not pay for any information or administrative costs incurred.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fef6428c28dd42ecb14780c96ac6cebb/view)
 
Place of Performance
Address: VA NORTHERN CALIFORNIA HEALTHCARE SYSTEM 10535 HOSPITAL WAY, Mather 95655-3045, USA
Zip Code: 95655-3045
Country: USA
 
Record
SN06966438-F 20240216/240214230057 (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.