SOURCES SOUGHT
65 -- FLOW CYTOMETER - ""BRAND NAME OR EQUAL TO BECTON DICKINSON (BD)"" IAW SALIENT FEATURES WASHINGTON DC VA MEDICAL CENTER 50 IRVING STREET NW, WASHINGTON DC 20422
- Notice Date
- 4/8/2022 11:07:57 AM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 245-NETWORK CONTRACT OFFICE 5 (36C245) LINTHICUM MD 21090 USA
- ZIP Code
- 21090
- Solicitation Number
- 36C24522Q0478
- Response Due
- 4/13/2022 12:00:00 PM
- Archive Date
- 06/12/2022
- 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 BECTON DICKINSON FACSLYRIC IVD This is a requirement for: U.S. Department of Veterans Affairs Washington DC VA Medical Center (VAMC). DESCRIPTION: The Washington DC VAMC requires the contractor to deliver within 60 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 Washington DC VA Medical Center WAREHOUSE 50 Irving Street NW Washington DC 20422 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 60 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) Unique Entity ID UEI (SAM) and 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, not the manufacturer. Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Must identified each line items are on the GSA Contract or Open Market. 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: Mohsin.Abbas2@va.gov . Telephone responses shall not be accepted. Responses must be received no later than Wednesday, April 13, 2022, by 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) SALIENT FEATURES FLOW CYTOMETER REQUIREMENTS BRAND NAME OR EQUAL TO BECTON DICKINSON FACSLYRIC IVD Washington DC VAMC Pathology & Laboratory Medicine Service provides specialized testing in immunology and hematopathology that requires the use of a flow cytometer. One of these tests, the CD4 cell count, is used in the management of HIV disease. Our laboratory provides this testing service for all VISN 5 medical centers. Other tests requiring the use of a flow cytometer are critical for the diagnosis and management of leukemias and lymphomas. This procurement will replace the instrument currently in use. This equipment description and quantity required are specified below: Brand Name or Equal to Becton Dickinson FACSLyric IVD Qty 1 containing the following items: Description Part Number Qty FACSLyric 3L12C Instruments US-IVD 663518 1 Computer Bundle Z2MiniG5 FACSLyric USIVD 665062 2 Microsoft Office 2019 664314 2 Assy Printer HP Color LaserJet Pro 665425 2 Monitor Desktop NEC Display 27 Inch LED 664872 2 Scanner Barcode GD4400-B 2D 663058 1 BD FACSLyric Extended Use Tanks reagent tank 651158 1 Assembly Tube Rack 30 651314 2 Assembly Tube Rack 40 651319 2 FACSLyric Universal Auto Loader US-IVD 662879 1 CST beads 50T IVD 662413 1 Custom FC Bead Dilution Buffer 661614 1 BD FACS Clean Solution 5L 340345 1 BD FACSflow Sheath Fluid 20L 99-30211-00 1 BD FC Beads 7-Color Kit (US-IVD) 662961 1 BD FC Beads BV711 661629 1 BD FC Beads BV786 661630 1 Trucount Absolute Counting Tubes IVD 340334 1 BD FC Beads APC-H7 661621 1 BD FC Beads V500-C 661624 1 BD FC Beads V450 661623 1 BD FC Beads BV605 661626 1 BD FC Beads APC-R700 661625 1 Module FACSuiteMultitest 4c Assay USIVD 664236 1 Module FACSuiteMultitest 6c Assay USIVD 664237 1 Saliant features that are minimum technically required: System must be 12 colors System must have automated optical laser alignment Clinical Training - BD FACSLyric Operator Course (662634) Qty 3 Please delivery to: Order of shipment Station number Location 1 688 Washington DC VA Medical Center 50 Irving Street, NW Washington DC 20422 LINE-ITEM DESCRIPTION BRAND NAME OR EQUAL TO BECTON DICKINSON ITEM NO. DESCRIPTION QUANTITY UNIT COST ----------------------------------------------------------------------------- FACSLYRIC IVD 1 FLOW CYOMETER FACSLYRIC IVD 1 EA BRAND NAME OR EQUAL TO BECTON DICKINSON(BD) CONTRACT TYPE: FIRM-FIXED PRICE 662634 2 CLINICAL TRAINING 3 EA BRAND NAME OR EQUAL TO BECTON DICKINSON(BD) CONTRACT TYPE: FIRM-FIXED PRICE TOTAL COST:
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/03dc70ffa1624d17be8c9488705daccd/view)
- Place of Performance
- Address: Washington DC VA Medical Center 50 Irving Street NW Washington DC 20422 20422, USA
- Zip Code: 20422
- Country: USA
- Zip Code: 20422
- Record
- SN06293905-F 20220410/220408230109 (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 |