Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
DOCUMENT

65 -- CPRR PCR Testing - Microbiology Brand Name or Equal - Attachment

Notice Date
12/13/2017
 
Notice Type
Attachment
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Veterans Affairs;Network Contracting Office 20;5115 NE 82nd Ave, Suite 102;Vancouver WA 98662
 
ZIP Code
98662
 
Solicitation Number
9222
 
Response Due
12/21/2017
 
Archive Date
1/5/2018
 
Point of Contact
Jodi Stevenson
 
E-Mail Address
jodi.stevenson@va.gov
(jodi.stevenson@va.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought The purpose of this Sources Sought Announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified sources for the equipment listed below. This is not a request for quotations. The Department of Veterans Affairs, NCO20 is looking for sources of the following: This an Unrestricted, Brand Name or Equal notice and the brand manufacturer is Cepheid. The VA Medical Center seeks to acquire Cost-Per-Reportable PCR Testing - Microbiology equipment. Contractor shall provide all equipment, parts, accessories and any other item required for the proper operation of its contractor owned analyzer and peripherals necessary for the generation of a Molecular Diagnostic Testing System for Methicillin Resistant Staphylococcus aureus (MRSA), Methicillin Resistant Staphylococcus aureus/Staphylococcus aureus (MRSA/SA), Chlamydia trachomatis/Neisseria gonorrhea (CT/NG), Influenza A/B, and RSV, and C-Difficile with Nap1 027 call out by real time polymerase chain reaction (RT-PCR) testing services, and other tests but not limited to listed tests only for the Boise VAMC Health Care System, Boise ID General Equipment Name: One (1) Cepheid Infinity 48/24 PCR Instrument Description & Salient Characteristics Automated, multi-mode molecular diagnostic analyzer for on-demand access processing of real-time PCR-based clinical diagnostics. The molecular platform that allows rapid testing, and multiple assays to run separately on the same instruments at the same time, to increase productivity, reproducibility, and reduced turn-around-time. Analyzer able to perform rapid testing of MRSA, C-diff, Influenza, CT/NG, and Strep A, Plus 16 other FDA Approved test available currently. 24 modules test-specific, ready to use barcoded kit Minimum Throughput Capacity: 1,300 in 24 hours Minimal "hands-on" time rapid, easy to perform sample processing Walk-Away Capacity Line Voltage: 200-240 VAC, 20A Space Dimension: 85 L x 35 W x 78.5 H White Glove Delivery inside the laboratory. Potential sources shall provide, at a minimum, the following information to Point of Contact listed below: 1) Company name, address, and point of contact, phone number, e-mail address, and DUNS. 2) Please identify your company s size in comparison to the anticipated North American Industry Classification System (NAICS) code 325413 In-Vitro Diagnostic Substance Manufacturing. To be considered a small business your company must have fewer than 1,250 employees. 3) Any Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses who responds to a solicitation on this project must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov. 4) The Non-Manufacturer Rule (NMR) will apply if there is a decision to set-aside the procurement. 5) Potential sources shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This procurement is for new Equipment ONLY; no remanufactured or "gray market" items. All Equipment must be covered by the manufacturer's warranty. Responses are due by 12/21/2017 11:00 AM PST, to the Point of Contact. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. Notice to Potential Offerors: All Offerors who provide goods or services to the United States Federal Government must be registered in the System Award Management (SAM located on the web at www.sam.gov). It is desirable that any Offeror to have completed their business Online Representations and Certifications Application in the System for Award Management (SAM). Point of Contact: Jodi Stevenson, Contracting Officer jodi.stevenson@va.gov, 360-852-9883
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/PoVAMC/VAMCCO80220/9222/listing.html)
 
Document(s)
Attachment
 
File Name: 9222 9222.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3962654&FileName=9222-000.docx)
Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=3962654&FileName=9222-000.docx

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Boise VA Medical Center
Zip Code: 83702
 
Record
SN04765919-W 20171215/171213231343-bf4aaba5258445bf84b56faedc4a5ce6 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.