Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOURCES SOUGHT

66 -- OKC Musk Infectious Disease CPRR

Notice Date
2/23/2021 9:49:42 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25921Q0278
 
Response Due
3/16/2021 2:30:00 PM
 
Archive Date
05/15/2021
 
Point of Contact
Ian Boettcher (CO), Ian Boettcher, Phone: 303-712-5722
 
E-Mail Address
Ian.Boettcher@va.gov
(Ian.Boettcher@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCE SOUGHT NOTICE / RQUEST FOR INFORMATION (RFI) ONLY. THIS IS NOT A REQUEST FOR PROPOSAL AND/OR QUOTE. The Department of Veterans Affairs (VA), Veterans Integrated Systems Network (VISN) 19 and the Network Contracting Office (NCO) 19 are performing market research to determine if there are sufficient numbers of qualified (1) Service Disabled Veteran Owned Small Business; (2) Veteran Owned Small Business; or (3) Small Business to set aside a Firm Fixed Price requirement for Infectious Disease Testing, Cost Per Reportable Result services for the following VISN 19 health care systems: Oklahoma City VA Health Care System (OKCVAHCS), and the Eastern Oklahoma VA Health Care System (EOVAHCS). The Government will use responses to this notice to help make the appropriate acquisition strategy decision. The contractor shall provide all analyzers, additional 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 Infectious Disease (ID) testing, cost per reportable result (CPRR) services on behalf of participating VISN 19 Pathology & Laboratory Medicine facilities. A services component shall also be included in the contract, to provide maintenance, repairs, upgrades, training and a Quality Control program. Equipment, supplies, and services shall be required for a base year period with four one-year options for renewal. Equipment, supplies and services shall be provided at: Oklahoma City VA Health Care System, Oklahoma City, Oklahoma Eastern Oklahoma VA Health Care System, Muskogee, OK The following tests shall be supported by the contractor s equipment/supplies: Hepatitis A Antibody Hepatitis A IgM Antibody Hepatitis B Core Antibody Hepatitis B Core IgM Antibody Hepatitis B Surface Antibody Hepatitis B Surface Antigen Hepatitis C Antibody (HCV ab) Human Immunodeficiency Virus Types 1 and 2 Antibodies (HIV 1&2 AB); 4th Generation or later Rheumatoid Factor Tacrolimus In addition to providing confirmation of support for the tests above, all responses to this Sources Sought shall include the following: Do you have an FSS schedule for this requirement and if so what is the FSS/GSA contract number? The name/model number of the analyzer(s) available for this requirement. Is the analyzer partially or fully automated? The physical space needed for the installation of each analyzer as well as identifying it as a floor model or countertop model. The power, water and ventilation needs of the analyzer. The average timeframe for shipping, installation and validation. A statement as to whether or not the analyzer and/or supplies and services are proprietary to the specific company or if not a list of authorized 3rd party vendors who may provide them. All interested firms shall submit a response demonstrating their capabilities regarding the above requirement. 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. Firms responding should indicate whether they are, or are not, a service-disabled veteran owned small business, a veteran owned small business, or any other type of small business. The NAICS code to be used for this acquisition is 334516 (Analytical Laboratory Instrument Manufacturing) is applicable to this acquisition, and the size standard is 1,000 employees. The Government reserves the right to consider all types of small business set-asides based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. 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. The Government s evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any small business designation (e.g. SDVOSB, HUB Zone, 8(a), WOSB, VOSB, etc). All prospective vendors must be registered and current within the System for Award Management (SAM). Visit www.sam.gov for details. In addition, all SDVOSBs and VOSBs must be registered and verified within VetBiz. Visit www.vetbiz.gov for details. All responses must be received by 03-16-2021 at 3:30 pm MT POC for this notice is Ian Boettcher / ian.boettcher@va.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4430db54ed224f09bab045171dafbd2a/view)
 
Place of Performance
Address: Oklahoma City VA Medical Center Muskogee VA Medical Center 80111, USA
Zip Code: 80111
Country: USA
 
Record
SN05924816-F 20210225/210223230117 (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  © 1994-2020, Loren Data Corp.