DOCUMENT
66 -- IMMAGE 800 ANALYZER COST PER TEST (CPT) - Attachment
- Notice Date
- 7/5/2018
- Notice Type
- Attachment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 22;4811 Airport Plaza Drive;Suite 600;Long Beach CA 90815
- ZIP Code
- 90815
- Solicitation Number
- 36C26218Q9614
- Response Due
- 7/10/2018
- Archive Date
- 8/9/2018
- Point of Contact
- Carol Evans
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION. THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. SOURCES SOUGHT DESCRIPTION This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516 (size standard of 1,000 Employees). Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Network Contracting Office, is seeking sources that can provide a brand name or equal product that can meet the requirements set forth by the VA Greater Los Angeles Healthcare System: Statement of Work 1. Introduction The purpose of this Statement of Work (SOW) is to outline the tasks and responsibilities of any vendor with capabilities of providing cost per test for the current instrument, the Immage 800 Analyzer located at the Sepulveda VA. 1.1 Background The VAGLAHS at 11301 Wilshire Blvd, CA 90073 is part of the Desert Pacific Healthcare Network (VISN 22), and is one of the most diversified tertiary health care providers in the VA. It is a teaching hospital, providing a full range of patient services, with state-of-the art technology as well as education and research. This request is to continue the current lease agreement with Beckman and the VA Medical Center. Currently, the Sepulveda VA has the Immage 800 onsite and is using it to perform patient testing. It would be detrimental to the service to have an interruption in services. 2. Scope The VA wishes for the continuation of services for the Immage 800 Analyzer. Under the lease agreement the vendor will provide the necessary reagents to perform all patient testing at no charge. They will also ensure that if maintenance is needed, the instrument will be serviced in a timely manner. 3. Implementation The instrument is already on site and validated. Brand Name or Equal to: NO. Part Number Description Quantity 1 IMMAGE 800 Beckman Immage 800 Analyzer (Onsite and Validated) 1/EA 2 --- COST PER TEST FOR IMMAGE 800 Analyzer 12/MO 3 447600 Albumin Reagent for immage 1 PG 4 446440 Kappa Light Chain Reagent for immage 5 PG 5 446470 Lambda Light Chain Reagent for immage 5 PG 6 447070 Rheumatoid Factor Reagent for immage 7 PG 7 446450 C3 Reagent for immage 2 PG 8 446490 C4 Reagent for immage 2 PG 9 447620 ASO Reagent for immage 1 PG 10 474630 Protein Reagent for immage 14 PG 11 446480 Haptoglobin Reagent for immage 5 KT 12 446460 IgA Reagent for immage 3 KT 13 446400 IgG (serum, CSF) Reagent for immage 5 KT 14 447020 IgG (Urine) Reagent for immage 5 KT 15 447610 IgM (Serum) Reagent for immage 3 KT 16 469975 Cal 5 Plus (ASO, CRF, RF) Calibrator 1 PG 17 449560 Calibrator I 1 PG 18 449730 Calibrator III 1 PG 19 441470 Urine Protein Calibrator 1 PG 20 465290 Urine Protein Control Level 1 5 PG 21 465300 Urine Protein Control Level 2 5 PG 22 450120 Vigil Protein Control Level 1 5 PG 23 450130 Vigil Protein Control Level 3 5 PG 24 450162 Vigil Serology Control Level 1 5 PG 25 450163 Vigil Serology Control Level 2 5 PG 26 450164 Vigil Serology Control Level 3 5 PG 27 465440 Vigil Serology Control Level C 5 PG 28 447650 Buffer 1 for immage 5 PG 29 447040 Buffer 2 for immage 2 PG 30 447050 Buffer 3 for immage 1 PG 31 447420 Buffer 4 for immage 3 PG 32 447640 Diluent 1 for immage 9 PG 33 470708 Dilution Segments for immage 4 PG 34 447060 Wash Solution for immage 13 PG 35 470706 Cuvettes for immage 2 PG The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested, and are capable of providing the sought out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) Please indicate the size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), Hubzone, Woman Owned Small Business (WOSB), Large Business, etc.)? (2) Is your company considered small under the NAICS code identified under this RFI? (3) Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all the salient characteristics. Responses to this notice shall be submitted via email to Carol.Evans3@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, July 10th, 2018 at 5:00 p.m. PDT. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/VA/LBVANBC/VAMD/36C26218Q9614/listing.html)
- Document(s)
- Attachment
- File Name: 36C26218Q9614 36C26218Q9614_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4461732&FileName=36C26218Q9614-000.docx)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4461732&FileName=36C26218Q9614-000.docx
- File Name: 36C26218Q9614 S05 RFI Immage 800 BECKMAN.pdf (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4461733&FileName=36C26218Q9614-001.pdf)
- Link: https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4461733&FileName=36C26218Q9614-001.pdf
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: 36C26218Q9614 36C26218Q9614_1.docx (https://www.vendorportal.ecms.va.gov/FBODocumentServer/DocumentServer.aspx?DocumentId=4461732&FileName=36C26218Q9614-000.docx)
- Place of Performance
- Address: 11301 Wilshire Blvd;Los Angeles, CA
- Zip Code: 90073
- Zip Code: 90073
- Record
- SN04980307-W 20180707/180705230509-98eb0f368bf7cd780d33954244fd87dc (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 |