Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
DOCUMENT

66 -- A1C Hemoglobin Sources Sought for Oklahoma VA Medical Centers and Clinics. - Attachment

Notice Date
5/15/2017
 
Notice Type
Attachment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office;NCO 19;4100 E. Mississippi Avenue, Suite 900;Glendale CO 80246
 
ZIP Code
80246
 
Solicitation Number
VA25917N0518
 
Response Due
5/22/2017
 
Archive Date
6/21/2017
 
Point of Contact
Juanita Street
 
E-Mail Address
k
 
Small Business Set-Aside
N/A
 
Description
Page 2 of 2 THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs, VHA, Network Contracting Office (NCO) 19 Rocky Mountain Acquisition Center is seeking potential sources that are capable of providing A1C Hemoglobin (analyzers, supplies, reagents, maintenance, repair and training) on a Cost per Reportable Result basis, for the following facilities: Oklahoma City VA Health Care System, Oklahoma City, OK Eastern Oklahoma VA Health Care System, Muskogee, OK Lawton Outpatient Clinic, Fort Sill, OK Ernest Childers VA Outpatient Clinic, Tulsa, OK NCO 19 is performing market research to determine if there is a sufficient number of qualified (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); (3) Small or emerging small business firms; or (4) Large Businesses who can fulfill the requirement. This Sources Sought notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All SDVOSB, VOSB, small and large businesses capable of fulfilling the requirement are invited to respond. Firms responding shall specify they can meet the required specifications: Capability to provide all equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of its' contractor owned analyzers and peripherals for the generation of hemoglobin A1c testing (and Hemoglobin Variant or Hemoglobinopathy testing on a cost per reportable result (CPRR) basis. Also included in the CPRR, contractor shall have the capability to provide maintenance, repairs, upgrades, training and a Quality Control program. Definition of Cost per Reportable Result (CPRR) Contractors are required to provide a price for each patient test that can be performed on its equipment. The per reportable patient test price shall include costs covering (a) equipment use, (b) all reagents, calibrators, controls, linearity samples, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of the contractor s equipment and necessary for the generation and reporting of a patient test result, (c) all necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs), (d) training for Government personnel, and (e) cost of shipping and handling of all reagents, calibrators, controls, supplies, consumable/disposable items, parts, accessories, uninterruptible power supply with line conditioner and all other item required for the proper operation of the contractor s equipment and necessary for the generation and reporting of test results. Contractors are required to provide delivery, installation and removal of equipment at no additional charge. All interested firms shall submit a response demonstrating their capabilities to provide A1C Hemoglobin testing (and Hemoglobin Variant or Hemoglobinopathy testing). As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely with the Government discretion. NAICS code to be used for this acquisition is 334516. All interested firms who can meet the requirements stated above should respond, in writing, with information describing their interest, capabilities, geographic location and indicate which business category (SDVOSB, VOSB, Small Business or Large Business) for which they qualify and all interested firms should indicate whether they have a NAC or GSA contract by replying with their applicable contract number. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments Responses and questions may be submitted electronically to: Juanita.Street@va.gov no later than Monday, May 22nd at 12:00pm Mountain Standard Time. PHONE CALLS NOT ACCEPTED. Please respond via email or send a WORD or PDF document. DO NOT SEND ZIP Files. ZIP files cannot be transferred at this time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/VA25917N0518/listing.html)
 
Document(s)
Attachment
 
File Name: VA259-17-N-0518 VA259-17-N-0518.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3497732&FileName=VA259-17-N-0518-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3497732&FileName=VA259-17-N-0518-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN04509047-W 20170517/170515235213-e629d45b4c4986cffbc575e825fbad5e (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.