SOURCES SOUGHT
65 -- Leica BOND-PRIME Processing Module (Delivery for VA Lebanon) This is Brand Name Only. This is not a request for quote.
- Notice Date
- 9/19/2022 11:48:22 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- 244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
- ZIP Code
- 15215
- Solicitation Number
- 36C24422Q1293
- Response Due
- 9/23/2022 1:30:00 PM
- Archive Date
- 12/22/2022
- Point of Contact
- Allan Tabliago, Contract Specialist, Phone: 215-823-5800
- E-Mail Address
-
allan.tabliago@va.gov
(allan.tabliago@va.gov)
- Awardee
- null
- Description
- THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. See instructions on page 5. BOND-PRIME Processing Module (Brand Name Only) INTRODUCTION/BACKGROUND: 1.1. The BOND-PRIME staining platform delivers high productivity, featuring Universal Access, and can seamlessly adapt to your incoming workflow demands whether it be batch, continuous, single slide or STAT cases, or a combination of all the above. Coupled with the ability to produce high-quality, crisp, clean staining with an average IHC TAT of 90 minutes, the BOND-PRIME staining platform lets you transcend expectations for quality, timeliness, and diagnostic productivity. OBJECTIVE: The Department of Veterans Affairs, VISN 04, Lebanon VA Medical Center Lebanon, PA hereby referred to as the VA Lebanon (595), is requesting the Brand Name only acquisition of the following: BOND-PRIME Processing Module MAJOR REQUIREMENTS: Salient Characteristics for Brand Name Leica Biosystems Fully Automated and Adaptable, High-Speed IHC, and ISH Staining Platform Load Any Slide Independent Active Reagent Control (ARC) Modules are precisely engineered, individual staining chambers that enable you to run any combination of staining protocols, pretreatments, chromogens, and technologies. In Any Combination The BOND-PRIME stainer continually adapts to incoming work so you can load single slides, complete cases, full batches, or any workflow to keep your slides processing. With Any Reagent Featuring 70 open-access reagent positions, ample reagent space means no delays to add antibodies and/or detection. Fill and empty bulk containers less often with 245-slide bulk reagent capacity. At Any Time Process up to 72 slides seamlessly. Load slides in the Preload Drawer even when at staining capacity and unload slides when you are ready since finished slides don t prevent the staining of new slides. Active Reagent Control (ARC) technology Consistent and reproducible staining with highly controlled dispense, reagent flow, and precise incubation to each and every slide. Premium staining reagents Distinctive Novocastra advanced staining reagents and detection chemistry featuring Covertile technology achieve next-level staining. ARC Covertile Semi-permanent, self-cleaning ARC Covertile provides a sealed staining environment that protects tissue morphology, uses minimal reagents, and provides total tissue care. Speed With an average IHC TAT of 90 minutes and late afternoon cases and single/STAT IHC TAT as fast as one hour, cases can be completed the same day leaving less cases pending overnight. Quality The BOND-PRIME staining platform delivers vibrant, crisp, clean stains to provide diagnostic clarity. Excellent staining quality helps you use your time and expertise effectively for a confident and timely diagnosis. Universal Access Universal Access enables a fully adaptable workflow, decreasing the time to load and stain slides which equates to less time waiting for completed cases. Technical Specifications Dimensions: 1217 mm (W) x 1400 mm (H) x 829 mm (D), 47.9 in (W) x 55.1 in (H) x 32.6 in (D) Slide capacity: 72 (24 slides in Preload Drawer, 24 slides in ARC Array, 24 slides in Unload Drawer) Number of reagent containers: 70 Hazardous waste container capacity: 4.5 L Operating voltage and Mains frequency: 90 V to 264 V (for nominal voltage 100 V to 240 V) Sound pressure level output (at 1 m): < 85 dBA maximum < 65 dBA normal operation Weight (Dry): 384 kg (847 lb) Reagent container capacity: 7 mL, 30 mL, and 6 mL Titration vials/inserts Bulk reagent container capacity: 1.25 L or 4.5 L for DI Water External bulk waste container capacity: 4.5 L Power Consumption: 1260 VA Table 1 Line Item Part No. Description Qty 0001 91.0021 BOND-PRIME Processing Module 1 0002 49.0644.A BOND System Control Kit (7.0/W10 IoT) 1 0003 91.1701 BOND-PRIME PM Add Kit-US 1 0004 8120973 NXT 1500 VA Line Conditioned On Line UPS 1 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. POINT OF CONTACT (POC): The identified POC and technical representative for this acquisition is: Name: Michelle Niebauer Phone Number: 717-272-6621x4188 Email: michelle.niebauer@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."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Lebanon (595). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. REQUEST FOR INFORMATION INSTRUCTIONS: The information identified above is intended to be descriptive, not restrictive and 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, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334516 (size standard of 1000 employees). 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 not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? 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). 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? 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. 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. 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? 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. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to allan.tabliago@va.gov no later than Friday, September 23, 2022 at 16:30 PM Eastern Time (ET). This notice will help the VA in determining available potential sources only. 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, Allan Tabliago. Questions or responses will include the Source Sought number in the subject line. 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. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. 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 e-mail to Contracting Officer at allan.tabliago@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/70f2d90735e3421388d6c9bb3ed2d8f6/view)
- Place of Performance
- Address: Department of Veterans Affairs Lebanon VAMC 1700 South Lincoln Ave, Lebanon 17042-7529, USA
- Zip Code: 17042-7529
- Country: USA
- Zip Code: 17042-7529
- Record
- SN06471269-F 20220921/220919230122 (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 |