SOURCES SOUGHT
66 -- (S2) Microbiology ID and AST (previous contract:VA259-14-A-0059) (VA-18-00104734)
- Notice Date
- 1/31/2019
- Notice Type
- Synopsis
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office;NCO 19;6162 South Willow Drive, Suite 300;Greenwood Village CO 80111
- ZIP Code
- 80111
- Solicitation Number
- 36C25919Q0157
- Response Due
- 2/6/2019
- Archive Date
- 3/8/2019
- Point of Contact
- Dr. Cynthia Reese
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR QUOTE. The Department of Veterans Affairs, VHA, Network Contracting Office (NCO) 19 Rocky Mountain Acquisition Center is seeking potential sources that are capable of providing Microbiology Media, Kits, Reagents and Supplies, for VISN 19 Medical Centers, Pathology and Laboratory Departments with Microbiology Analyzers. NCO 19 is performing market research to determine if there are sufficient numbers of qualified (1) Service Disabled Veteran Owned Small Business (SDVOSB); (2) Veteran Owned Small Business (VOSB); or (3) Small or emerging small business firms who can fulfill the requirement. This Sources Sought notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All SDVOSB, VOSB, small and large businesses capable of fulfilling the requirement are invited to respond. NAICS code to be used for this acquisition is 325413. All interested firms who can meet the requirements stated below should respond, in writing, with information describing their interest, capabilities, geographic location and indicate which business category (SDVOSB, VOSB, Small Business, or Large Business) for which they qualify and all interested firms should indicate whether they have a NAC or GSA contract by replying with their applicable contract number. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments Responses and questions may be submitted electronically to: cynthia.reese@va.gov in a Microsoft word compatible format no later than Wednesday, February 6th, 2019, at 1200pm Eastern Standard Time. PHONE CALLS NOT ACCEPTED. Firms responding shall specify they can meet the required specifications: SCOPE: The Contractor shall provide VISN 19 facilities with standardized microbiological system for the identification (ID) and antimicrobial susceptibility testing (AST) of microorganisms which shall have the capability of performing or reporting the clinical parameters as defined for the VISN 19 facilities. The instruments shall be able to simultaneously 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 quote the suggested/recommended equipment/reagents for VISN 19 sites that meet the requirements of the facility. Contractor shall provide all equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories, Uninterruptible Power Supply UPS, printers, barcode and laser, and any other item required for the proper operation of contractor owned organism identification (ID) and antimicrobial susceptibility (AST) analyzer for microbiology and peripherals necessary for the generation of Microbiology Cost Per Reportable Result (CPRR) services for VISN 19. The Contractor shall provide analyzers and supplies to each facility in accordance with the estimate given. Participating VISN 19 Medical Centers are located as follows: VAMC Grand Junction, Colorado VA Montana Healthcare System, Ft. Harrison (Helena), Montana VAMC Cheyenne, Wyoming VAHCS Sheridan, Wyoming VAMC Salt Lake City, Utah SITE-SPECIFIC REQUIREMENTS: Equipment must meet the volume and turnaround time requirements, if specified, of the using facilities. See the Facilities Specific Requirements and Proposed Equipment table below. VA Montana Health Care System, 1892 Williams Street, off Hwy 12 West, Fort Harrison, MT 59636: Walk-away capability required 2 key operators to all-expense paid off site training. Provide in-house training for other technologists. Repair or replacement of printers, UPS, and any other equipment required is at the expense of contractor. Conventional and rapid ID panels. Vendor shall supply all interface software support, and cables needed for bidirectional interface. These cables will be sufficient in length to reach from the analyzer to the DI server. The contractor shall be on site at the affected VA facility to perform emergency repair within 24 hours after receipt of initial telephone notification of a malfunction. b. Grand Junction VA Medical Center, 2121 North Avenue, Grand Junction, CO 81501: 1) Walk-away capability required. 2) 2 key operators to all-expense paid off site training. Provide in-house training for other technologists. 3) Conventional, rapid, and synergy panels 4) Repair or replacement of printers, UPS, and any other equipment required is at the expense of contractor. 5) Vendor shall supply all interface software support, and cables needed for bidirectional interface. 6)The contractor shall be on site at the affected VA facility to perform emergency repair within 24 hours after receipt of initial telephone notification of a malfunction. 7) Vendor shall supply all interface cables needed for bidirectional operation. These cables will be sufficient in length to reach from the analyzer to the DI server. Sheridan VA Medical Center, 1898 Fort Road, Sheridan, Wyoming 82801: Walk-away capability required. 2 key operators to all-expense paid off site training. Provide in-house training for other technologists. Conventional, rapid, and synergy panels Repair or replacement of printers, UPS, and any other equipment required is at the expense of contractor. Contractor shall supply all interface cables needed for bidirectional operation. These cables will be sufficient in length to reach from the analyzer to the DI server. The Contractor shall be on site at the affected VA facility to perform emergency repair within 24 hours after receipt of initial telephone notification of a malfunction. d. Cheyenne VA Medical Center, 2360 East Pershing Blvd., Cheyenne WY 82001: 1) Walk-away capability required. 2) 2 key operators to all-expense paid off site training. Provide in-house training for other technologists. 3) Conventional, rapid, and synergy panels 4) Repair or replacement of printers, UPS, and any other equipment required is at the expense of contractor. 5) Vendor shall supply all interface software support, and cables needed for bidirectional interface. 6)The contractor shall be on site at the affected VA facility to perform emergency repair within 24 hours after receipt of initial telephone notification of a malfunction. 7) Vendor shall supply all interface cables needed for bidirectional operation. These cables will be sufficient in length to reach from the analyzer to the DI server. e. Salt Lake City VA Medical Center, 500 Foothill Blvd., Salt Lake City, Ut. 84148 1) Walk-away capability required. 2) 2 key operators to all-expense paid off site training. Provide in-house training for other technologists. 3) Conventional, rapid, and synergy panels 4) Repair or replacement of printers, UPS, and any other equipment required is at the expense of contractor. 5) Vendor shall supply all interface software support, and cables needed for bidirectional interface. 6)The contractor shall be on site at the affected VA facility to perform emergency repair within 24 hours after receipt of initial telephone notification of a malfunction. 7) Vendor shall supply all interface cables needed for bidirectional operation. These cables will be sufficient in length to reach from the analyzer to the DI server. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (31-JAN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/spg/VA/VARMCCC/VARMCCC/36C25919Q0157/listing.html)
- Record
- SN05208193-F 20190202/190131230020 (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 |