SOURCES SOUGHT
66 -- Microbiology Lab Automation
- Notice Date
- 8/14/2019
- Notice Type
- Synopsis
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Veterans Affairs;Network Contracting Office 2;VHA Regional Procurement Office – East;1304 Buckley Road Suite 104;Bronx NY 10468-3904
- ZIP Code
- 13212
- Solicitation Number
- 36C24219Q1122
- Response Due
- 8/29/2019
- Archive Date
- 9/13/2019
- Point of Contact
- kendall.jones@va.gov
- Small Business Set-Aside
- N/A
- Description
- This Sources Sought Notice is for informational and planning purposes only and shall not be construed as a solicitation or as an obligation or commitment by the Government at this time. This notice is intended strictly for market research. The purpose of this Sources Sought notice is to determine interest and capability of potential qualifications of Business firms relative to the North American Industry Classification Code (NAICS) 334516. The Department of Veteran s Affairs is seeking business manufacturer or distributors of business manufacturers, of functionally equivalent equipment to all the following: FACILITY REQUIRES THE PURCHASE AND INSTALLATION OF a Microbiology Lab Automation System. The system must be a walk-away system. It must be modular, so that capacity and function may be expanded. The microbial automation system must include a specimen processor and incubator with digital imaging that are connected by a conveyor system. The system must label media with an accession number, inoculate and streak media and incubate media. It must be FDA approved. It must keep patient information secure. Automated streaking system must store a minimum of 8 types of media plates at a time, have true walk away capabilities and allow for an extensive variety of plating protocols. It must process samples at throughput of 75 samples/hr. The system must have nominal maintenance. The system must use standard 90mm agar plates. The system must have a built in Class A2 like biosafety cabinet that allows the processing of Liquid and non-liquid samples Automated and precise plate streaking The contractor shall provide a complete document detailing the electric and data requirements of the proposed analyzers/system. We require the inclusion of an Uninterruptable Power System (UPS) for each analyzer proposed and the inclusion of maintenance and replacement, if needed, throughout the life of the contract. Maintenance and Repair The offering to include Seven-day service 8:30am -5:00pm Provide Remote Support 24/7/365 Software updates to provide system enhancements included Parts Cabinet included on site Training We require Key User Training for 4 Key operators on site at the VAMC Bronx Training Checklist Interfacing Analyzers proposed shall be capable of bi-directional, bar-coded, computer interface with VistA (at a minimum shall be capable of downloading patient demographics from host computer, integrating this information with test results and uploading to the host computer). Bidirectional Interface included with ASTM plug-ins Implementation Plan The Contractor shall provide an implementation plan for the complete transition of all services under the awarded including installation and training of personnel, transition plan, performance of all comparisons and validations. This transition shall be completed no later than 120 days after the award or per the contractor project timeline. This timeline is based on a reasonable attempt of the Contractor to complete all the necessary implementation requirements within the stated timeframe. THIS IS NOT A SOLICITATION AND DOES NOT OBLIGATE THE GOVERNMENT TO ISSUE A SOLICITATION. Please be advised that the Government will not pay for any information submitted under this announcement. The applicable North American Classification System (NAICS) Code for this requirement is 334516 (Analytical Laboratory Instrument Manufacturing). Responses due are to be submitted by e-mail to Kendall.jones@va.gov. no later than 1300 hours EST. 08/29/2019, Email should contain the following information: Name of firm, Socio-Economic category of the firm complete address, and phone & fax number of contacts. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-AUG-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/SyVAMC670/SyVAMC670/36C24219Q1122/listing.html)
- Place of Performance
- Address: Department of Veterans Affairs;James J Peters Bronx VAMC;130 West Kingsbridge Road;Bronx, NY
- Zip Code: 10468
- Country: USA
- Zip Code: 10468
- Record
- SN05404592-F 20190816/190814230026 (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 |