Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2024 SAM #8170
SOURCES SOUGHT

65 -- Lakeland Laboratory Chemistry Analyzer

Notice Date
4/8/2024 9:18:24 AM
 
Notice Type
Sources Sought
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
248-NETWORK CONTRACT OFFICE 8 (36C248) TAMPA FL 33637 USA
 
ZIP Code
33637
 
Solicitation Number
36C24824Q0850
 
Response Due
4/12/2024 7:00:00 AM
 
Archive Date
05/12/2024
 
Point of Contact
Leonora Simmons, Contract Specialist, Phone: 813-972-7592
 
E-Mail Address
leonora.simmons@va.gov
(leonora.simmons@va.gov)
 
Small Business Set-Aside
SDVOSBC Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
 
Awardee
null
 
Description
Request for Information (RFI) James A. Haley is looking for information if there are authorized and capable SDVOSBs/VOSBs to provide Abbott Alinity ci-Series Chemistry and Immunoassay analyzers at the James A. Haley Veterans Hospital (JAHVH), 13000 Bruce B Downs Blvd, Tampa, Florida 33612. James A. Haley requires the following: DELIVERABLES: CLIN #0001-Model #03R67-01 Alinity c instrument, qty. 1 CLIN #002- Model # 03R65-01 Alinity i instrument, qty.1 CLIN #003 -ZCUSSAFE080F 3 CLX 80E SYSTEM 120V 60 Hz, Instrument Manager Middleware Components, qty. 1 CLIN #004 -6 Syringe Block. Qty. 1 CLIN #005 - Quarterly Maintenance Program- 1 Alinity C, qty 4 CLIN #006 - Triannual maintenance propgram-1 Alinity C, qty 3 CLIN #007 - MEDICA Pro Service Program, qty 1 CLIN #008 -Alinity service Program, qty 2 SPECIFIC NEED / SALIENT CHARACTERISTIC S 1 These are the characteristics the PLMS Laboratory is looking for in the chemistry analyzer like the Alinity ci-Series platform: a. The Alinity platform is scalable. b. Plus, the ci-Series instruments can be used solo or jointed. c. Or the platform can be integrated to up to four instruments. d. Innovative engineering for maximum throughput. e. Performs more tests per square meter. f. Must have priority sample processing. g. Must have a reagent and sample manager. h. Must have error proof reagent loading. i. Must have a dedicated pretreatment path. j. Must have continuous access to reagents and supplies. k. Must have increased load-up capacity. l. Must have a simple ICT module for accurate electrolyte determination. m. ICT must have up to 60,000 determinations. n. Must use Chemiflex, refined chemiluminescence detection technology. o. No biotin interference. p. Must have sample interference indices. The applicable NAICS for this service is 339113= Surgical Appliance and Supplies Manufacturing (750 SBA Size Standard). Any interested and capable firms are requested to provide the following information: 1. Company Information (business name, DUNS number, business size/category, GSA schedule if applicable) 2. Capability Statement 3. Contact information (POC name, email, and phone) 4. Affiliate information: parent company, joint venture partners, and potential teaming partners; 5. DUNS number and CAGE Code, as registered in the System for Award Management (SAM) at http://www.sam.gov/: 6. Business designation/status (must correlate with SAM registration): 7. Authorization letter from the Original Equipment Manufacturer (OEM). SDVOSB shall ensure: (1) Businesses are registered and verified as eligible in the VIP database at the time of submission of offers/quotes, and prior to making an award; and (2) Offerors affirmatively represent their small business status based on the size standard corresponding to the North American Industrial Classification System (NAICS) code. This Request for Information is for market research purposes only and it does not commit the Government to contract for any supply or service whatsoever. At this time, The Department of Veteran Affairs is not seeking quotes, and will not accept unsolicited quotes. Respondents are advised that the United States (U.S.), government will not pay for any information or administrative cost incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party s expense. Please be advised that all submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future solicitations. Responses to this notice are not quotes and cannot be accepted by the U.S. Government to form a binding contract. It is the responsibility of the interested parties to monitor SAM website for additional information pertaining to this RFI. All responses to this RFI shall be submitted to: Leonora Simmons @leonora.simmons@va.gov. The closing time/date for responses is 10:00 AM EST, 04/12/2024. FOB Destination.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7dad4da5343c4e91aff40c5065883bab/view)
 
Place of Performance
Address: 13000 Bruce B. Downs, Blvd., Tampa, FL 33612, USA
Zip Code: 33612
Country: USA
 
Record
SN07023649-F 20240410/240408230044 (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.