SOURCES SOUGHT
65 -- Brand Name or Equal to two (2) Global Focus Marketing & Distribution (GFMD) Stealth-H34 Brushless TT Centrifuges. This is not a Request for Quote
- Notice Date
- 6/23/2025 12:02:35 PM
- Notice Type
- Sources Sought
- NAICS
- 339113
— Surgical Appliance and Supplies Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24425Q0787
- Response Due
- 6/30/2025 1:00:00 PM
- Archive Date
- 08/29/2025
- 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 Need (SON) Department of Veterans Affairs Erie VA Medical Center (EVAMC) 135 E. 38th Street, Erie, PA. 16504 Background: The Department of Veterans Affairs, Erie VA Medical Center (EVAMC), has a new requirement for two (2) Brand Name or Equal to Global Focus Marketing & Distribution (GFMD) Stealth-H34 Brushless TT laboratory centrifuges used for specimen separation of plasma/serum from red blood cells. The two (2) laboratory centrifuges are going to be used in the core lab of Pathology & Laboratory Medicine. The Erie VA Medical Center is replacing their current centrifuges due to repeated work orders within the last year. With the needed salient characteristic of a clear cover , these centrifuges will allow staff to complete work more efficiently as they will be able to just glance into the centrifuge to see if specimens are ready for testing. Salient Features (Brand Name or Equal): Must be suitable for tabletop placement. Motor must be 1 horsepower direct drive and brushless. Must contain simultaneous digital RPM (revolutions per minute) and RCF (relative centrifugal force) display. Speed must be customizable in RPM or RCF. Must contain digital time display with timer range between 1-999. Timer must have hold function. Must allow the ability to save and recall up to three speed and time configurations. Settings must be lockable to prevent accidental and non-authorized changes. Rotor chamber must be completely enclosed. Configuration of rotor must be horizontal or swinging bucket style. Lid must be see-through, clear cover . Lid must be closed and locked to operate. Safety mechanism must prevent lid access while operating. Must contain audible end of run indicator alert. Adapters must accommodate both 13mm (5mL, 7mL) and 16mm (10mL) tube diameters. Must accommodate up to 40 blood tubes of varying dimensions. Footprint must not exceed 20 in width, 25 in depth, 16 in height when door is closed. Electrical power must not exceed 120V/60Hz. Training and Installation: Training and installation not required. SECURITY & PRIVACY CONTROL: The Certification & Accreditation (C&A) requirements of VHA Handbook 6500.6 do not apply to this requirement; therefore, a Security Accreditation package is not required. No C&A nor MOU/ISA is required. Sensitive information exposure as part of this contract involves applicable security controls within the facility as part of the VA Information Security Program. If there are any questions related to privacy, please have a member of your staff contact the VA Privacy Service at 202-461-6309. If there are any questions related to the information security, please have a member of your staff contacts the Office of Cyber Security at 304-262-7733. GOVERNMENT FURNISHED INFORMATION OR MATERIAL: This acquisition does not include Government-furnished property (GFP). This acquisition does not include Contractor-acquired property (CAP). End-User/Facility POC: Bernadette Hall, Supervisor, Pathology & Laboratory Medicine Acquisition Utilization Specialist: Jill Friend Delivery: All items must be FOB Destination, 30 Days ARO, to the following location: Erie VA Medical Center Attn: Distribution Center 135 E. 38th Street Erie, PA 16504 Monday Friday from 8:00am 4:00pm CONTRACTOR QUALIFICATIONS: Not applicable for this acquisition. SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: Not applicable for this acquisition. Instructions to Vendors: The information identified above is intended to be descriptive, of the BRAND NAME or EQUAL to - Global Focus Marketing & Distribution (GFMD) Stealth-H34 Brushless TT laboratory centrifuges 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) 339113. 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? 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). 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? (10) 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. (11) Please submit your capabilities regarding the brand name equipment. (12) 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 email to david.santiago2@va.gov no later than, 4 PM Eastern Standard Time (EST) on Monday June 30, 2025. This notice will help the VA in determining available potential sources only. Reference 36C24425Q0787 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 Contracting 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 Sam.gov web site for all qualified interested parties at a later date and interested parties must respond to this notification 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 email to Contracting 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/e98c393d6e80400eae5c6f45baa143cd/view)
- Place of Performance
- Address: Erie VA Medical Center (EVAMC) Attn: Warehouse 135 E. 38th Street,, Erie, 16504, USA
- Zip Code: 16504
- Country: USA
- Zip Code: 16504
- Record
- SN07486015-F 20250625/250623230051 (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 |