Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 15, 2023 SAM #7900
SOURCES SOUGHT

66 -- Pipet Calibration System 618-23-3-040-0150 (VA-23-00083531)

Notice Date
7/13/2023 9:30:31 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
 
ZIP Code
55101
 
Solicitation Number
36C26323Q0871
 
Response Due
7/19/2023 8:00:00 AM
 
Archive Date
08/18/2023
 
Point of Contact
Mark Chase, Contract Specialist, Phone: 210-694-6340
 
E-Mail Address
mark.chase1@va.gov
(mark.chase1@va.gov)
 
Awardee
null
 
Description
The Minneapolis VA Health Care System laboratory has a need for one ratiometric pipette calibration system, including the instrument, software, laptop, label printer, bar code scanner, startup reagents and consumables, validation guide, shipping, and on-site installation, validation, and training. The Government intends to issue a Firm Fixed Price (FFP) contract. No proposals are being requested or accepted with this notice. THIS IS NOT A SOLICITATION FOR PROPOSALS OR PRICING AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. This notice shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Responses to this RFI will be treated only as information for the Government to consider as part of their market research efforts. The information provided will be used by the Government in developing its acquisition strategy regarding possible set aside for Veteran Owned and other socio-economic categories of small business. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. The Government does not intend to pay for the information submitted in response to this RFI and parties responding will not be entitled to payment for direct or indirect costs incurred in responding to this RFI. The North American Industry Classification System (NAICS) for this requirement is 334516, Analytical Laboratory Instrument Manufacturing - with a SBA Small Business Size Standard of 1,000 employees. PSC is 6632, Analysis Instruments, Medical Use Laboratory Use. Your response must address capabilities specific to the commodity required in the below Item Description, in addition to all other information required below. 1. Please identify any of your firm s existing contract vehicles (e.g., GSA federal supply schedules) which provide commodities similar to those described in the Description. 2. Please provide all social-economic categories of your firm (e.g., SDVOSB, VOSB, WOSB, Large Business, 8a, etc.) as well as your firm s SAM Unique Entity ID number (replaces DUNS number) and Government Contract POC. All questions and responses must be submitted via email, no phone calls will be accepted. Please note MVAHCS Ratiometric Pipette Calibration System in the subject line of your response. Point of Contact: Mark Chase (TAG), Contract Specialist: mark.chase1@va.gov Description Schedule of Items: Pipette Calibration System (PCS) Instrument Package- Includes PCS Instrument, PCS Software, Laptop (Win 10), Label Printer, Built-in Bar Code Scanner, and Startup Reagents PCS Software Security Suite- facilitates compliance to 21-CFR Part 11 PCS System Validation Guide On-Site PCS and Software Installation, Validation Service, and Training Travel and Living Services Freight and Shipping Charges Required capabilities: Dual dye ratiometric photometry technology Ability to perform a 10 data point calibration in <3 min Volume range 0.1 µL to 500 µL Uncertainty (inaccuracy) 0.6% Random error (imprecision) 0.3% High accuracy and precision at low volumes measurements (100 nL) Size shall not exceed 9 W x 13 L x 6 H Wavelength selection 520 nm and 730 nm Sysmex must include built in scanner which allows recall of pipette history and reagent identification System must have a label printer to print bar codes System must be 21 CFR Part 11 compliance ready System must be in compliance with regulatory requirements (CAP, CLIA, ISO, CLSI) Results must be traceable to National Institute of Standards and Technology (NIST) Minimum computer requirements: 4 GB memory x64 processor: 1.4 GHz 2 USB connectors 40 GB hard drive space Windows 10 Software must provide comprehensive reporting, including audit trail and printing of calibration labels. Software must have the ability to track and schedule user competencies Software must have ability for digital review and approval of calibrations, and track calibration status. Warranty: A standard one-year warranty at no extra charge to MVAHCS is to be included in purchase, including all parts and labor. Delivery, Installation and Training: The contractor will make arrangements with MVAHCS for delivery and installation of equipment. The MVAHCS requires delivery terms of: FOB DESTINATION for all shipments, deliveries, installations, and training. Installation, validation, and training will be completed by the vendor.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e0c990949d334e4aa67ea1c7305c22f7/view)
 
Place of Performance
Address: VA Medical Center, Bldg. 70 Warehouse (90D) One Veterans Drive, Minneapolis 55417
Zip Code: 55417
 
Record
SN06748561-F 20230715/230713230101 (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.