Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2011 FBO #3625
SOURCES SOUGHT

66 -- Urinalysis Transfer & Collection Tubes

Notice Date
10/26/2011
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;James J. Peters VA Medical Center;130 West Kingsbridge Road;Bronx NY 10468-3904
 
ZIP Code
10468-3904
 
Solicitation Number
VA24312I0113
 
Response Due
11/9/2011
 
Archive Date
12/9/2011
 
Point of Contact
Nelson Musha
 
E-Mail Address
Contract Specialist
(nelson.musha@va.gov)
 
Small Business Set-Aside
N/A
 
Description
This is NOT a request for quotes or proposals, the Government is seeking information for market research puiropses only. The Department of Veterans Affairs, Veterans Integrated Service Network (VISN 3) is conducting s msrket survey for qualified firms capable of providing urine collection containers and devices that meet the requirements as set out in the Statement of Work below. VISN 3 consists of the following facilities: James J. Peters VAMC, Bronx, NY 10468 Hudson Valley VAMC, Montrose, NY 10548 New Jersey VAMC, Lyons, NJ 07939 New York Harbor VAMC, Brooklyn, NY 11209 NorthportVAMC, Northport, NY 11768 The North American Industry Classification Systems (NAICS) is 339112. Responses to this request must be received in writing (email or fax) no later than COB November 9, 2011. No telephone inquiries will be accepted. Responses to this notice will be used to make appropriate acquisition decisions. STATEMENT OF WORK\ 1. Past Performance: Please supply 3 references, preferably VA institutions. 2. Technical Parameters: A. Technical parameters will be needed for the vendor to supply aliquot tubes: Must have non-glass tubes such as polyurethane, polystyrene or plastic. Tubes must be visually distinguishable, i.e. culture, Urine Chemistry, Urinalysis. Must be available in round bottom and conical bottom. Must have a vacuum. Product Design (ease of use). Must be pre-labeled ready. Aliquot sterile tube variety: o Must contain appropriate preservatives for Urinalysis which will preserve specimen integrity for a minimum of 48 hours without refrigeration; must be conical bottom. Preservative must not interfere with the Chemical and Microscopic analysis. o Must contain appropriate preservatives for Microbiology which preserves integrity for a minimum of 48 hours without refrigeration must be round bottom. o Round bottom tube with no preservatives for Urine Chemistry analysis. o Sizes must be available approximately 16/100 mm, allowing for collection of 4-10 ml of urine. *must be compatible with existing instrumentation. o Preservatives must not interfere with Chemical and Microscopic analysis. B. Technical parameters will be needed for the vendor to supply primary urine collection containers (Urinalysis and Chemistry): Must have proven record of non-leaking collection cup. Must be stable, flat bottom cup. Must be available with a screw cap. Must be non-glass, such as polyurethane, polystyrene or plastic. Must be available with and without collection device in the cap to allow vacuum aliquoting. Must have a visual way to distinguish the sterile from the non-sterile products (e.g. color code). Product Design (ease of use). Collection Cup variety: o Must be sterile for Microbiology specimens. o Size must be available approximately 4 ounce, 120m1 capacity. C. Technical parameters will be needed for the vendor to supply a urine specimen transfer device: Must be sterile; mandatory for Microbiology specimens. Must be compatible with the collection aliquot tube, Available for purchase in bulk and/or in kits. Product Design (ease of use). 3. Performance Parameters: a. Vendor will provide an in-depth training plan to include on-site training for each shift at each hospital and off-site facility training and instruction on the operation and management of the product. b. Products must have shelf life/expiration date that meets or exceeds industry standards. c. Warranty Considerations N/A. d. Maintenance Availability N/A. e. Environmental & Energy Efficient N/A. f. Must be Prime Vendor participant. g. Vendor will adhere to all applicable National Safety Standards. 4. Value-Added Parameters: a. The Vendor will provide an analysis of our working system and present a process improvement plan thereof for each site if applicable prior to award. Point of Contact: Nelson Musha Email: nelson.musha@va.gov Fax:718-741-4158
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/BroVANAP/VAMD/VA24312I0113/listing.html)
 
Place of Performance
Address: James J. Peters VA Medical Center;130 W. Kingsbridge Rd.;Bronx, NY
Zip Code: 10468-3904
 
Record
SN02613216-W 20111028/111026234202-5e77c4a8e8f111d5f00fe55267b76cb7 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.