Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 22, 2019 FBO #6420
SOURCES SOUGHT

66 -- FULLY AUTOMATED CLINICAL NUCLEIC ACID EXTRACTION SYSTE,

Notice Date
6/20/2019
 
Notice Type
Synopsis
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
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
36C26219Q0868
 
Response Due
6/26/2019
 
Archive Date
7/26/2019
 
Point of Contact
JUAN.VARGAS2@VA.GOV
 
Small Business Set-Aside
N/A
 
Description
THIS REQUEST FOR INFORMATION (RFI) 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 1000 Employees). Responses to these sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to these sources sought, a solicitation announcement may be published. Responses to these 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 fully-automated clinical nucleic acid extraction system that at a minimum meets the following salient characteristics with a brand name or equal product for the VA Long Beach Healthcare System: The instrument shall be a fully automated system which purifies DNA, RNA, and Viral nucleic acids extractions from a wide range of starting materials or sample types The DNA, RNA, & Viral Nucleic Acid Purification System include the instrument, control unit, software, UPS, and all accessories needed for proper operation of the instrument The instrument must have the capability to process at least 24 samples in less than two hours using barcoded, prefilled trays with ready to use reagents The instrument shall perform automated nucleic acid purification. The instrument shall have a system in place to monitor for load check, liquid level detection and clot detection The instrument shall have a PCR set-up into barcoded, prefilled micro well plates The instrument must use robotic pipetting arms for processing samples, one for reagents, and one for the purification process The instrument shall have an onboard magnetic glass particle shaker to eliminate manual vortexing of samples The instrument shall have Safety Provision of UV lamp for decontamination The instrument shall have graphical user interface to provide the user instructions for operating the instrument The instrument s software shall detect loading errors and guide user to corrective action The instrument shall have a software-based audit trail, user management, and process monitoring functions The instrument software shall have bidirectional file sharing The instrument shall have electrical requirements of 110V compatible. The instrument shall have one-year warranty on parts and labor. The vendor shall supply all materials needed to validate the instrument. Brand name Info: MAGNA PURE 24 INSTRUMENT ROCHE 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 or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items? (4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (5) 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 type and number. (6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract? (7) Please provide general pricing for your products/solutions for market research purposes. (8) 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? *** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics. Responses to this notice shall be submitted via email to juan.vargas2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Wednesday, June 26, 2019 at 12:00 p.m. PST. 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 request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (20-JUN-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/LBVANBC/VAMD/36C26219Q0868/listing.html)
 
Place of Performance
Address: VA LONG BEACH;LONG BEACH, CALIFORNIA
Zip Code: 90822
Country: USA
 
Record
SN05347366-F 20190622/190620230025 (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.