Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2024 SAM #8126
SOURCES SOUGHT

66 -- Cepheid Reagents and Consumables Micro LIT (VA-24-00026588)

Notice Date
2/24/2024 4:04:21 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
256-NETWORK CONTRACT OFFICE 16 (36C256) RIDGELAND MS 39157 USA
 
ZIP Code
39157
 
Solicitation Number
36C25624R0069
 
Response Due
2/29/2024 8:00:00 AM
 
Archive Date
03/01/2024
 
Point of Contact
Troy L Davis, Contract Supervisor, Phone: 713-791-1414 ext. 27978
 
E-Mail Address
Troy.Davis@va.gov
(Troy.Davis@va.gov)
 
Awardee
null
 
Description
This is a sources sought announcement only. This is not a solicitation for proposals and no contract will be award from this announcement. The purpose of this announcement is to perform market research to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516, Analytical Laboratory Instrument Manufacturing, Product Service Code 6630, Chemical Analysis Instruments with a size standard of 1,250 employees. The VHA Network Contracting Office (NCO) 16 Little Rock, Arkansas is seeking to identify any vendor capable of providing a fully automated molecular diagnostic analyzer, on a Random-access platform, that tests for infectious diseases in support of the Laboratory Department of Central Arkansas Veteran Healthcare System (CAVHS), Little Rock, Arkansas and potentially other VISN 16 medical facilities. Veteran healthcare and patient safety are paramount and non-negotiable within the mission of the Department of Veteran Affairs. The CAVHS laboratory is the core lab for the Little Rock VAMC, North Little Rock VAMC and eight CBOCs. The laboratory must be able to test patients for infectious diseases rapidly for quick and accurate diagnoses, transfer between extended care facilities or specific medical treatment. Thus, the lab acts as a reference laboratory for VISN 16 and directly supports other medical facilities, outlying clinics, and local populations. Due to the critical nature of the Laboratory Department, the role of market research is an essential element of building an effective strategy for the acquisition of a fully automated molecular diagnostic analyzer, on a Random-access platform, the following salient characteristics/performance characteristics must be provided in this sources sought. This information supports a specialized standard (FAR 9-104-2) of prior experience to assist with market research efforts and the development of an effective acquisition strategy. The following salient characteristics and/or performance objectives sought are for the brand name of Cepheid s GeneXpert Infinity: the instrument must be able to provide FDA approved and subject to CLIA regulations and the CAP checklists the instrument must be able to provide test results within 2 hours of testing the instrument must be able to operate on a self- contained, Random-access platform the instrument must be able to support continuous loading- both automated and manual capability the instrument must be able to run different assays concurrently the instrument must be able to load samples, reagents, and consumables continuously during patient testing the instrument must be able to test unprepared samples with little or no preparation time the instrument must be able to be capable to perform patient testing without any set-up or start-up time prior to analysis (no daily maintenance) the instrument must be able to support multiple barcode formats to allow unique specimen identification during testing testing system must use current real-time PCR testing technology to detect nucleic acid targets using FDA-approved (IVD) real-time PCR assays of sufficient sensitivity and specificity Testing must be available 24 hours a day/ 7 days a week The instrument must be able to test for the following infectious diseases: must be able to test for C. difficile/Epi must be able to test for MRSA MEC-A must be able to test for MRSA MEC-A and MEC-C must be able to test for Chlamydia trachomatis/Neisseria gonorrhea (CT/NG) must be able to test for Factor II and Factor V must be able to test for MTB/RIF must be able to test for Carba-R must be able to test for MVP must be able to test for Influenza/RSV/SARS-CoV-2 must be able to test for SARS-CoV2+ Prior experience. Prior experience in actually providing a fully automated molecular diagnostic analyzer, on a Random-access platform, that tests for infectious diseases is an essential component of determining responsibility of this specialized standard and necessary for adequate contract performance. Any interested contractor must affirmatively demonstrate its responsibility, including the responsibility of its proposed subcontractors. For clarity and to avoid any misinterpretation, it is worth noting that prior experience is not past performance.  Prior experience refers to whether an offeror has done similar work before; whereas, past performance describes how well the offeror has done that work. Responses to this sources sought must include the following information: 1. Your company name, address, contact person name, phone number, fax number, e-mail address(s) and ueiSAM number (i.e. LV91LJ4B1Z98), DUNS number, and company website if available. 2. Your company GSA/FSS contract number if available. 3. Socio-economic status of the business (i.e. SDVOSB/VOSB, 8(a), HUB Zone, Women Owned Small Business, Small disadvantaged business, or Small Business HUB Zone business) 4. Capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capabilities are sought. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. 5. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining a procurement strategy for the future requirements. 6. Notice of Intent to Sole Source. If there are no responses to this notice, a determination by the Government not to compete based upon responses to this notice is solely within the discretion of the Government to sole source to the brand name manufacturer. No response is a response. Interested vendor should submit an email to troy.davis@va.gov. All responses must be received in writing no later than 10:00 AM CST/local time on February 29, 2024 and shall include all necessary documentation on the ability to satisfy the Government s requirements. Vague or incomplete submissions of capabilities will be considered dated, inaccurate, and irrelevant market research information and will not be used in the development of any acquisition plan or procurement strategy. Questions or inquiries will not be answered or acknowledged, and no feedback will be provided. This is not a solicitation and there is no solicitation document available at this time. DISCLAIMER: This notice is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e9a2c75802c245b59f3df89804599068/view)
 
Record
SN06975997-F 20240226/240224230041 (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.