Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 19, 2024 SAM #8332
SOURCES SOUGHT

65 -- Viscoelastic Testing Instrumentation

Notice Date
9/17/2024 7:42:59 AM
 
Notice Type
Sources Sought
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24624Q1455
 
Response Due
9/20/2024 7:00:00 AM
 
Archive Date
11/19/2024
 
Point of Contact
Jo Ann Harris, Contract Specialist, Phone: 757-726-6096
 
E-Mail Address
jo.harris@va.gov
(jo.harris@va.gov)
 
Awardee
null
 
Description
Sources Sought Only: This is not a request for bids, quotes, or proposals. This is a Sources Sought notice for the identification of potential vendors capable of providing viscoelastic testing instrumentation to include Sigma Rotrol P, IT solutions silver, cartridge complete + hep kit and a monthly lease for instrument, cart and service billing. The required viscoelastic testing instrument system shall have the capability of performing and reporting the clinical parameters as defined in the statement of work on arterial, venous, or mixed blood whole blood specimens. The analysis shall take place on a single instrument with a single specimen. The preferred viscoelastic testing instrument system shall be able to directly interface with at least one of the current VA laboratory middleware systems currently in use at Richmond VAMC (GEMWeb plus or Unipoc). The middleware system shall at a minimum notify personnel of pending results, manage patient and quality control data, store records, and provide remote access to the testing instruments. The Contractor shall describe how the middleware will alert the staff that a sample is pending review and verification. The viscoelastic testing instrument(s) shall be able to perform the complete profile and meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI). The Contractor shall furnish all clinical laboratory supplies and services as described herein to the participating VAMC facility. The proposed viscoelastic testing instrument system shall have at least one-year proven experience at the time of proposal submission and be FDA cleared. The Contractor shall list any parameter or specimen type that is not FDA approved. The Contractor may provide the option in their pricing schedule to allow the Richmond VA Medical Center to choose the analyzer(s) that is best suited to their laboratory with mirror image redundancy. The technical evaluation panel will determine if the instrumentation proposed meets the needs of their facility. The pricing shall be based on new equipment. Remanufactured or used models will not be accepted. The Contractor s offered equipment shall conform to the facility s existing space. The Contractor shall provide the dimensions of their proposed analyzer(s) and data management system. The Contractor must be aware that since this contract is for a total of 5 years that there is the possibility that the facility may require equipment installation and possible reinstallation due to demolition, new construction, laboratory redesign, and/or relocation. The contractor shall provide this relocation/reinstallation service if needed. The Contractor is required to provide the facility with a continuously stocked inventory of reagents, standards, controls, calibrators, linearity material, supplies, replacement parts, disposables and any other materials required to properly perform tests on the equipment (both primary and back-up analyzers) such that equipment operations are not interrupted for the duration of the contract. These items shall be of the highest quality, sensitivity, specificity and tested to assure precision and accuracy. The expiration dates must be clearly marked on the reagents, standards, and quality control containers. Unexpected changes in methodology and/or technology shall be at the expense of the Contractor. Alert/Notification of any delays in shipment as well as any or all technical advisory/ recalls/ alerts, prior to or simultaneously with field alerts should be forwarded to the designated individuals determined at contract award. The vendor shall describe the process for routine supply orders and all supplies required to perform the full requested test menu. The description shall include the following for each consumable: Cubic foot based on proposed test menu. Storage requirements (refrigerated, frozen & room temperature) Estimated shelf-life (i.e. expiration dates) The viscoelastic testing instrumentation is for the Richmond VA Medical Center, Richmond, VA. The purpose of this notice is to gain knowledge of potential qualified sources and their business size classification (HUBZone, 8(a), small, small disadvantaged, small Veteran Owned Small Business (VOSB) or Service-Disabled Veteran Owned Small Business (SDVOSB) relative to NAICS 811310. Consistent with Public Law 109-461 VA's Veterans First Contracting Program , first priority would be given to SDVOSB and VOSB concerns, should there be sufficient firms available to compete under a set aside if the requirement goes to solicitation. If insufficient veteran owned and small business response is received to establish the basis for setting this action aside for other than large business participation, then the action will be advertised as full and open competition, in which case, all interested parties responding shall be eligible to bid. This notice shall not be construed as a commitment by the Government to ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. All information submitted in response to this announcement is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. All information submitted in response to this Sources Sought notice become property of the Government. Interested and capable respondents are requested to provide the information below. All responses to this notice shall include: company name, address, point of contact, phone number, Unique Entity Identity Number (www.sam.gov), list of available products, the geographical location the respondent is able to service, and a list of the respondent's establishment's certifications from private, State and/or local agencies documenting the safety and sanitary conditions and procedures. (1) Business size (small or large business concern), and number of employees. (2) Type of small business a. Service Disabled Veteran Owned Small Business (SDVOSB) b. Veteran Owned Small Business (VOSB) c. Small Disadvantaged d. HubZone e. Woman Owned f. Small Business Responses to this notice should be emailed to Jo Ann Harris, Contract Specialist at e-mail address: Jo.Harris@va.gov. Telephone responses will not be accepted. Responses must be received in writing no later than 10:00 am eastern standard time (Est). on September 20, 2024. This notice is to assist the VA in determining sources only. All contractors interested in doing business with the Government must be registered in the System for Award Management (SAM) database before award, and through contract completion. The website for registration is www.sam.gov. Service-Disabled Veteran-Owned Small Businesses and Veteran-Owned Small Businesses should also indicate whether the company is verified by the VA in the Veteran Small Business Certification (veterans.certify.sba.gov).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fe5bea6478c648c0962d6c233ec73b18/view)
 
Place of Performance
Address: Department of Veterans Affairs Richmond VA Medical Center 1201 Broad Rock Blvd. Lab 113, Richmond, VA 23249, USA
Zip Code: 23249
Country: USA
 
Record
SN07215025-F 20240919/240917230121 (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.