Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 24, 2025 SAM #8641
SOLICITATION NOTICE

65 -- Brand Name or Equal to Advanced Instruments LLC., - OsmoPRO MAX Osmometer. Unrestricted

Notice Date
7/22/2025 6:39:27 AM
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24425Q0854
 
Response Due
7/30/2025 1:00:00 PM
 
Archive Date
09/28/2025
 
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
Department of Veterans Affairs Medical Center Wilmington VA Medical Center (WVAMC) (460) Wilmington, DE 19805 Statement of Need (SON) Page 3 of 3 Brand Name or Equal to the Advanced Instruments OsmoPRO MAX Osmometer INTRODUCTION/BACKGROUND: The Laboratory department at the Wilmington VA Medical Center (WVAMC), Wilmington, Delaware, utilizes an Osmometer to determine the total concentration of dissolved salts and sugars in blood or urine samples. The Advanced Instruments OsmoPRO MAX Osmometer provides automated liquid handling, continuous sample loading, a self-cleaning fluid management system, touch screen operation, integrated barcode scanners, built-in quality control features, Ethernet and USB connectivity, and an integrated data management system. OBJECTIVE: The department of Pathology and Laboratory Medicine (113) at the Wilmington VA Medical Center, is seeking a one-time acquisition of one (1) Brand Name or Equal to the Advanced Instruments OsmoPRO MAX Osmometer, including installation, training, validation, controls, and a minimum coverage period of 1 year manufacturer s service warranty. MAJOR REQUIREMENTS: In order for the Contractor to accomplish the work under this task order/purchase order, it shall be necessary for the Contractor to complete the following tasks: Supply one (1) Brand Name or Equal to the Advanced Instruments OsmoPRO MAX Osmometer, Provide delivery of instrumentation to the WVAMC Department of Pathology and Laboratory Medicine (113). Delivery must occur within the timeframes designated by the Federal Government for this requirement. Need to be able to interface with VA Network, e.g. Vista & CPRS and meets CAP and CLIA requirements. The awarded vendor must install and provide instructions and/or training on the use of instrumentation supplied. The awarded vendor must clearly indicate the terms of the standard warranty provided with the instrument. Information concerning extended warranty options, if available, may be provided. The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. GOVERNMENT FURNISHED INFORMATION OR MATERIAL: This acquisition does not include Government-furnished property (GFP). This acquisition does not include Contractor-acquired property (CAP). CONTRACTING OFFICER'S REPRESENTATIVE (COR): The identified COR and technical representative for this acquisition is Ahia Linda McKeown, Administrative Specialist Laboratory Department. Contact information, Phone 302-994-2511 ext. 34227, or email ahia.mckeown@va.gov. ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" DELIVERY: Deliver to: Wilmington VAMC, Chemistry Department (Room 2042), Department of Pathology and Laboratory Medicine (113), Building 1, 1601 Kirkwood Hwy, Wilmington, DE 19805. CONTRACTOR QUALIFICATIONS: Not applicable for this acquisition. SECURITY/NATIONAL AGENCY CHECK REQUIREMENTS: Not applicable for this acquisition. INSPECTION AND ACCEPTANCE The Contractor shall conduct a joint inspection with the COR upon delivery of equipment. The Contractor shall provide dates of completion of punch list items and replacement parts and/or short ship items from the manufacturer(s). The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the Contracting Officer. WARRANTY The contractor shall provide a one-year manufacturer s warranty on all parts and labor. The warranty shall include all travel and shipping costs associated with any warranty repair. TASK FREQUENCY AND INSTRUCTIONS The work set forth in the Scope of Work shall be completed in a single visit, be it a single day or multiple days as required for appropriate completion. All work is to be scheduled in advance with the COR. Equipment delivery shall not precede installation by more than 20 days. Installation and implementation must be immediately followed by clinical user training including go live support. Implementation and integration with VistA CPRS shall not exceed 90 days from date of award. SPECIAL WORK REQUIREMENTS The Contractor shall comply with all Infection Control Risk Assessment requirements deemed appropriate by the Providence VA Medical Center during all portions of the work set forth in the Scope of Work. The Contractor must comply with security, privacy, and safety issues in accordance with VA standards, policies, and directives always set forth while providing the work outlined in the Scope of Work. PROPERTY DAMAGE The contractor shall take all necessary precautions to prevent damage to any government property. The contractor shall report any damages immediately and shall be assessed current replacement costs for property damaged by the contractor unless corrective action is taken. Any damaged material (e.g., trees, shrubs, lawn/turf, curbs, gutters, sidewalks, etc.) will be replaced in a timely manner or corrected by the contractor with like materials, at no extra cost to the government, upon approval of the Contracting Officer. ATTACHMENTS None. IDENTIFICATION, PARKING, SMOKING, CELLULAR PHONE USE AND VA REGULATIONS The contractor's employees shall always wear visible identification while on the premises of the VA property. It is the responsibility of the contractor to park in the appropriate designated parking areas. Information on parking is available from the VA Police- Security Service. The VA will not invalidate or make reimbursement for parking violations of the contractor under any conditions. Smoking is prohibited inside any buildings at the VA. Cellular phones and two-way radios are not to be used within six feet of any medical equipment. Possession of weapons is prohibited. Enclosed containers, including tool kits, shall be subject to search. Violations of VA regulations may result in a citation answerable in the United States (Federal) District Court, not a local district state, or municipal court. COMPLIANCE WITH OSHA BLOODBORNE PATHOGENS STANDARD The contractor shall comply with the Federal OSHA Blood borne Pathogens Standard. The contractor shall: Have methods by which all employees are educated as to risks associated with blood borne pathogens. Have policies and procedures which reduce the risk of employee exposure to blood borne pathogens. Have mechanisms for employee counseling and treatment following exposure to blood borne pathogens. Provide appropriate personal protective equipment/clothing such as gloves, gowns, masks, protective eyewear, and mouthpieces for the employee during performance of the contract.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/85daa0b86ce84fc7b4267ba78aea370a/view)
 
Place of Performance
Address: Wilmington VA Medical Center Attn: Warehouse 1601 Kirkwood Hwy,, Wilmington,, DE 19805, USA
Zip Code: 19805
Country: USA
 
Record
SN07519561-F 20250724/250722230046 (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.