Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2024 SAM #8146
SOURCES SOUGHT

66 -- Autoimmune Disease Analyzers & Reagents Base Plus Four Years Cincinnati VA Medical Center

Notice Date
3/15/2024 12:40:58 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
 
ZIP Code
45428
 
Solicitation Number
36C25024Q0436
 
Response Due
3/22/2024 9:00:00 AM
 
Archive Date
04/21/2024
 
Point of Contact
Alice Clark, Contract Specialist
 
E-Mail Address
alice.clark@va.gov
(alice.clark@va.gov)
 
Awardee
null
 
Description
Page 4 of 4 Page 4 of 4 This is a Sources Sought (SS) Notice only; it is not a Solicitation (i.e., Request for Proposal, Request for Quotation, or Invitation for Bids.), This SS is part of a government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responses to this SS are strictly voluntary and the Government will not pay respondents for information provided in response to this SS. Responses to this SS will not be returned and respondents will not be notified of the result of the review. Responses to the questions posed by the Government would be most beneficial to this market research effort. The purpose of this SS is to conduct Market Research to determine an acquisition strategy for the establishment of an instrument, reagents and service plan at the Department of Veterans Affairs, Cincinnati Veteran Affairs Medical Center, 3200 Vine Street, Cincinnati, Ohio 45220. This action will be for a firm fixed price for an allergy and autoimmune disease instrument, reagents, and service plan, base plus 4-year option contract. Background: The Pathology & Laboratory Medicine Service, Cincinnati Veteran Affairs Medical Center, has a requirement for a Food and Drug Administration approved in vitro test system for the quantitative measurement of allergen specific IgE and autoimmune testing in human serum and plasma autoimmune and ImmunoCAP allergy assays, with the capacity to perform over 650 allergy tests and over 30 autoimmune tests. The instrument should have no more than a 15-minute set up with an extensive walk away time, allowing laboratory personnel to process and test samples on other platforms in the laboratory. The instrument should run a combination of ImmunoCAP and EliA tests together on a single platform. The instrument will run tests from a broad range of clinically relevant allergens, allergen components, and autoimmunity markers available in the ImmunoCAP and EliA test portfolios. Specific Tasks: Performance: Equipment must be capable of processing auto-immune and allergy assays on single platform. Contractor must ensure the equipment performs at manufacturer specifications and to published workload usage capacity. Contractor shall deliver equipment within thirty-days after receipt of order. The contractor shall provide all the necessary reagents and consumable to perform serum and urine protein electrophoresis and immunofixation. Laboratory Service: Contractor shall provide comprehensive equipment integration support to configure new equipment and all supplies by performing verification studies and data analysis. Contractor shall provide remote diagnostics tools to optimize system performance, and access to real-time reports to optimize efficiency and performance. Contractor shall provide real-time monitoring for critical analyzer errors that could result in loss of productivity and instrument failure. Deliverables: The contractor shall provide on-site training for test and procedures offered and conduct instructional course(s) to meet the objectives identified in paragraph 4. In addition, the contractor shall provide handouts and training materials in sufficient quantity for each participant. These are off-the-shelf courses, and the contractor shall provide lesson plan, course materials and media (DVD s, CD s, videos, etc. if required) for each procedure at no additional cost. The contractor shall deliver all equipment, loaner equipment and UPS necessary for test performance at not Government cost. The contractor shall deliver and install al systems updates and upgrade to maintain the system at system specifications, at no cost to the Government. The contractor shall deliver all and not limited to operational, maintenance, service, troubleshooting, small repairs, equipment specifications and tests manual. Contractor shall provide all Operational Manual, and Service Manual for the specified equipment. The contractor shall install the equipment and perform test verification according to manufacturer specification, CLIA, FDA and CAP requirements. Place of Performance The testing will be conducted at the Cincinnati VA Medical Center, 3200 Vine Street, Cincinnati OH, 45220. Government normal duty hours are from 0800-1630, Monday through Friday, excluding Federal holidays. Primary location provides diagnostic support to this facility 24 hours daily, 7 days per week, including holidays. Contractor access will be provided during this time. Information: Potential sources must demonstrate experience and knowledge of required services and capability to provide such services. Potential sources should submit: Point of Contact with email address and phone number; Business name and address; Business size pursuant to NAICS code 339113, (size standard 750 employees); Applicable business socio-economic category; GSA, NAC, TAC, or SAC contract number if applicable; Capability statement; Recent and relevant projects similar in nature; SAM UEI number; Brochure of commodity requested; After Receipt of Order (ARO) Days; and What country made. Contractors are hereby notified that if a competitive solicitation is issued on the SAM website https://sam.gov at a later date, all interested parties must respond to that Solicitation announcement separately from any response to this SS announcement. This SS does not restrict the Government's acquisition approach on a future Solicitation. Proprietary/Competition Sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical, however it is preferred that respondents do not provide proprietary or otherwise restricted responses unless they are indicating proprietary technical characteristics. No faxes, courier delivered, or telephone inquiries/submissions will be accepted. Responses should be submitted to Alice Clark, Contracting Specialist at alice.clark@va.gov, 12:00 p.m., Friday, March 29, 2024. Enter RFI 36C25024Q0436 Instrument, Reagents, and Service Plan, Cleveland in the Email Subject Line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/238a0684b4ce4d82a60b031a962b2234/view)
 
Place of Performance
Address: Department of Veteran Affairs Cincinnati VA Medical Center 3200 Vine Street, Cincinnati 45220
Zip Code: 45220
 
Record
SN06999228-F 20240317/240315230050 (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.