Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 24, 2022 SAM #7391
SOURCES SOUGHT

66 -- MOLECULAR DIAGNOSTIC INSTRMMENT ""BRAND NAME OR EQUAL TO HOLOGIC"" BALTIMORE VA MEDICAL CENTER

Notice Date
2/22/2022 12:15:57 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
 
ZIP Code
21090
 
Solicitation Number
36C24522Q0362
 
Response Due
2/25/2022 12:00:00 PM
 
Archive Date
04/26/2022
 
Point of Contact
Mohsin Abbas, Contract Specialist, Phone: 202-745-8000
 
E-Mail Address
Mohsin.Abbas2@va.gov
(Mohsin.Abbas2@va.gov)
 
Awardee
null
 
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). SEE ATTACHMENT FOR DETAILS: MUST BE BRAND NAME OR EQUAL TO HOLOGIC This is a requirement for: U.S. Department of Veterans Affairs Baltimore VA Medical Center (VAMC). DESCRIPTION: The Baltimore VAMC requires the contractor to deliver within 90 calendar days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Baltimore VA Medical Center WAREHOUSE 10 North Greene Street Baltimore, MD 21201 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. Note: The contractor shall deliver required commodities (Please see attachments) no later than 90 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** Legal Business/Company Name (as it is indicated in www.sam.gov) DUNS Number. Contract Number. Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number and email address. Must provide an Authorized Distributor letter if you are not the manufacturer. Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Must identified each line items are on the GSA Contract or Open Market, SEWP, NAC. The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) PRIOR TO AWARD if selected. Responses to this notice shall be submitted via email to Mohsin.Abbas2@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday, February 25, 2022 at 3:00 PM. (EST). Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in FedBizOpps (FBO) or GSA eBuy. Attachment 1: GRAY MARKET PREVENTION LANGUAGE: A.1 VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) A.2 VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) STATEMENT OF WORK MOLECULAR DIAGNOSTIC INSTRUMENT VA MARYLAND HEALTH CARE SYSTEM BALTIMORE, MD PURPOSE: The overall purpose of this requirement is to procure a molecular diagnostic instrument to be deployed VA Maryland Health Care System (VAMHCS), Baltimore, MD location. The Baltimore Laboratory Service is procuring this instrument to improve lab efficiency and improve the quality of patient care in the Women s Health Clinic as well as other areas of the hospital. The requirement will account for the procurement of the molecular diagnostic instrument, accessories, assembly, network integration and validation. SCOPE: The contractor shall deliver and install the system with all specified salient characteristics. Only new equipment will be accepted. The contractor shall provide shipping, transport, installation, and all equipment necessary to meet the requirements and capabilities listed within the scope. The assembly and validation of the system must be performed by a vendor service trained representative. The contractor is responsible for identifying any missing parts or components not included in the order for the molecular diagnostic instrument to be successfully installed and validated to its full potential. The contractor shall include accessories and consumables for initial deployment of the molecular diagnostic instrument. Contractor shall include accessories and consumables required to run the following tests: HPV, trichomonas, CT/NG and herpes. SALIENT CHARACTERISTICS: One (1) Molecular Diagnostic Instrument that is technically equivalent to: Manufacturer: Hologic Model: Panther Plus At a minimum, the device must be able conduct diagnostic testing for HPV, trichomonas, CT/NG and herpes. Contractor must provide all accessories and consumables required to run the tests listed above for 3 6 months. Instrument must provide at least 8 12 hours of continuous operation before human intervention is required and/or instrument is fully automatic to allow samples to be loaded at the end of the day and run labor free after hours. Programmable/automated maintenance to allow tasks to run without human intervention Instrument must have the ability to run multiple test orders from the same patient sample at the same time. Instrument must have the flexibility to allow STAT samples to be loaded at any time without disrupting instrument functionality. Instrument must integrate with VAMHCS existing Data Innovations (DI) system. The Contractor must provide any DI licensing required for this integration. IMPLEMENTATION AND INSTALLATION Installation and validation shall be included in the procurement cost and shall include but not limited to: Onsite walkthrough at least two weeks prior to installation to ensure the delivery location is ready to receive the equipment. Walkthrough participants must include: Contractor, VAMHCS Biomedical Engineering, VAMHCS Path and Lab, VAMHCS Engineering, and the COR. If necessary, the contractor shall tie into the existing VAMHCS pipes and drains. All materials required to assemble the molecular diagnostic machine shall be provided by the contractor. Device network integration into Data Innovations. Contractor must use existing VAMHCS switches. Vendor provided switches will not be accepted by the VAMHCS. TRAINING The contractor shall provide onsite training for the VAMHCS staff. DELIVERY The contractor shall deliver necessary equipment to the Baltimore VA Warehouse. The contractor shall deliver equipment and all items required for installation only when the site is ready for installation to proceed. The Contractor must receive written notice from the VAMHCS indicating the facility is ready for delivery. The contractor shall coordinate all deliveries, installation, and parking arrangements with the COR. Delivered materials will arrive in manufacturer s original sealed containers with the associated purchase order number listed on the outside of the box. The contractor shall conduct a joint inspection with the COR upon delivery of the equipment and shall provide the COR a list of missing or damaged items found upon inspection. The contractor shall remove all related shipping debris and packing from the VAMHCS facilities. SITE CONDITIONS There shall be no smoking on hospital property at any time. INSPECTION AND ACCEPTANCE The contractor shall conduct a joint inspection with the COR upon delivery equipment. The contractor shall provide the VA COR a list of missing and /or damaged items found upon inspection and have those items replaced at no cost to the Government. The COR shall ensure all work is completed satisfactorily prior to acceptance. Disputes shall be resolved by the VA Contracting Officer. DELIVERABLES Operation and Maintenance Manuals Deliver compilation of all manufacturer recommended maintenance schedules and operation materials packaged upon delivery. Manuals shall be made available in an electronic format. OPERATOR TRAINING Onsite education and training by a vendor service trained representative will be provided to VAMHCS clinical staff. The scheduling of operator training shall be coordinated with the VAMHCS clinical staff after delivery and installation. PROTECTION OF PROPERTY The contractor shall protect all items from damage. The contractor shall take precaution against damage to the building(s), grounds and furnishings. The contractor shall repair or replace any items related to building(s) or grounds damaged accidentally or on purpose due to actions by the Contractor. SECURITY REQUIREMENTS The contractor must have a photo ID available when performing work at the VA Medical Center and be willing to present it to VA staff. The contractor is responsible for providing any personal protective equipment (PPE) that is deemed necessary to complete tasks stated in this requirement. The contractor must follow the VA Maryland Health Care Systems current COVID-19 guidance for entry to any medical center or Community Based Outpatient Clinic (CBOC). WARRANTY At a minimum, the molecular diagnostic instrument must include a 1-year warranty on all parts and labor at no cost to the Government. The warranty shall begin upon completion of validation testing. Warranty shall include onsite repairs and over the phone support. Contractor shall provide routine maintenance service program during warranty period. All repairs shall be performed by a vendor or contractor which has been certified by the vendor to perform the repairs. The warranty shall include all travel and shipping costs associated with any warranty repair. LINE-ITEM DESCRIPTION: BRAND NAME OR EQUAL TO HOLOGIC ITEM NO. DESCRIPTION QUANTITY UNIT TOTAL ----------------------------------------------------------------------------- BA/EQUIPMENT: PRD-06067 1 PRD-06067 PANTHER PLUS SYSTEM, DX CONTINOUS FLUID AND WASTE BOM 1 EA BRAND NAME OR EQUAL TO HOLOGIC CONTRACT TYPE: FIRM-FIXED PRICE TOTAL COST:
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/321baa63ec54443eac40f2a55f00489f/view)
 
Place of Performance
Address: U.S. Department of Veterans Affairs Baltimore VA Medical Center 10 North Greene Street Baltimore, MD 21201 21201, USA
Zip Code: 21201
Country: USA
 
Record
SN06248669-F 20220224/220222230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

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