Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2022 SAM #7604
SOURCES SOUGHT

66 -- Tissue-Tek Accu-Edge Pathology Workstation (Delivery for VA Erie) This is Brand Name Only. This is not a request for quote.

Notice Date
9/23/2022 3:20:28 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
244-NETWORK CONTRACT OFFICE 4 (36C244) PITTSBURGH PA 15215 USA
 
ZIP Code
15215
 
Solicitation Number
36C24422Q1318
 
Response Due
9/30/2022 1:30:00 PM
 
Archive Date
12/29/2022
 
Point of Contact
Allan Tabliago, Contract Specialist, Phone: 215-823-5800
 
E-Mail Address
allan.tabliago@va.gov
(allan.tabliago@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. This Request for Information (RFI) is intended for information and planning purposes only at this time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no evaluation letters and/or results will be issued to the respondents. This Sources Sought Notice is for market research purposes only and shall not be considered an Invitation for Bids, Request for Quotations, or a Request for Proposal. Do not submit a proposal or quote. This market research is issued for information and planning purposes only and does not constitute a solicitation nor does it restrict the Government as to the ultimate acquisition approach. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Additionally, there is no obligation on the part of the Government to acquire any products or services described in this sources sought notice. You will not be entitled to payment for direct or indirect costs that you incur in responding to this Sources Sought Notice. Any contract that might be awarded based on information received or derived from this market research will be the outcome of a competitive process. Interested parties are responsible for adequately marking proprietary, restricted or competition sensitive information contained in their response. No solicitation exists. Therefore, do not request a copy of a solicitation. See instructions on page 6. Tissue-Tek Accu-Edge Grossing Station, Pathology Workstation (Brand Name Only) INTRODUCTION/BACKGROUND: The Tissue-Tek Accu-Edge Pathology Workstation is constructed of high-quality stainless steel and offers a comprehensive suite of standard and optional features. The Tissue-Tek Accu-Edge Pathology Workstation can be customized by allowing the ability to choose from the standard base leg assembly (Model #0120) or the base leg assembly with cabinet (Model #0121). The Pathology Grossing Workstation is also equipped with a vacuum breaker-protected water supply. Two duct options are available: ducting either to an outside ventilation source or by using the self-contained ventilation system with replaceable filters. Other standard features include a large sink with mixing faucet, easily accessible control panel, ample lighting, formalin container with spigot, C-fold paper towel holder, magnetic instrument holder, and a polyethylene dissecting board. OBJECTIVE: The Department of Veterans Affairs, VISN 04, VA Erie VA Medical Center Erie, PA hereby referred to as the VA Erie, is requesting the Brand Name only acquisition of the following: P/N 0115, Tissue-Tek Accu-Edge Grossing Station, Pathology Workstation MAJOR REQUIREMENTS: Salient Characteristics for Sakura Finetek USA, Inc. Tissue-Tek Accu-Edge Grossing Station, Pathology Workstation 304 stainless steel Sturdy construction to perform routing grossing procedures Customizable Built to laboratory's specifications, can be placed on a countertop or 2 base legs options are available Backdraft exhaust Connects to the buildings ventilation system to remove fumes away from the work area Sink with mixing faucet Large sink provides water to the grossing station, and can be connected to a garbage disposal Top-mounted LED light fixtures Provides ample lighting over the work area GFCI duplex receptacle with waterproof cover Allows for external devices to be plugged into the grossing stations and used Magnetic instrument holder Holds common tools on the front of the grossing station within arm's reach of the work area Container, formalin with spigot Paper towel holder, C-fold Dissecting board Shelving, fixed Technical Specifications Dimensions 48 or 60 (W) x 30 (D) x 58 (H) inches 122 or 153 (W) x 77 (D) x 148 (H) cm Weight 48-inch station, 375 lbs. (171 kg) 60-inch station, 425 lbs. (193 kg) (Base not included) Regulatory status IVD, FDA Class I Sink 12 x 16 x 8 inches Table 1 Line No. Part No. Description Qty 0001 0115 Pathology Workstation 1 0002 0120 Base Leg Assembly 1 0003 0121 Base Leg Assembly with Cabinet (upgrade cost) 1 0004 0148 CPU bracket 1 0005 0150 Camera Mount Facility 1 0006 0152 Cassette Holders 1 0007 0156 Disposal, 1 HP (FO) 1 0008 0164 Eyewash Assembly (FO) 1 0009 0169 Filter, Activated Carbon & Potassium Permanganate 1 0010 0172 Formalin Dispense/Collection System (FO) 1 0011 0173 Formalin Dispense System only 1 0012 0174 Formalin Collection System 1 0013 0175 Forms Holder 1 0014 0177 Glove Box holder 1 0015 0183 LED Light, Flex Arm 1 0016 0188 Microphone on Flex Arm (FO)* 1 0017 0190 Monitor & Keyboard Stand (FO) 1 0018 0200 Rinse, Dissecting Area (FO) 1 0019 0201 Ruler, Removable (FO) 1 0020 0203 Scale, Economy Grade 1 0021 0204 Scale, Digital 1 0022 0205 Seismic Anchoring Kit 1 0023 0206 Shelving/Cabinets, Stainless Steel (FO) 1 0024 0207 Side Splashes 1 0025 0208 Splash Shield, Plexiglas 1 0026 0210 Spray Hose Assembly 1 0027 0215 Trash Container, Ventilated (FO) 1 0028 0217 Utility Drawer (FO) 1 0029 0219 Valve, Air (FO) 1 0030 0220 Valve, Gas (FO) 1 0031 0222 Ventilation Assembly, Self-Contained (FO) 1 0032 0224 Video Camera Arm 1 0033 0228 Voice-Activated Dictation 1 0034 0229 Work Area Cover, Plexiglas 1 The Government and the Contractor understand and agree that the services to be delivered under this contract by the Contractor to the Government are non-personal services and the parties recognize and agree that no employer-employee or master-servant relationships exist or will exist under the contract between the Government and the Contractor s employees. POINT OF CONTACT (POC): The identified POC and technical representative for this acquisition is: Name: Bernadette Hall Phone Number: 814-860-2178 Email: bernadette.hall@va.gov ""No Government personnel, other than the Contracting Officer, have the authority to change or alter these requirements. The COR shall clarify technical points or supply relevant technical information, but no requirements in this scope of work may be altered as a sole result of such verbal clarification."" REPORTS/DELIVERABLES: Delivery confirmation of equipment and commodities will be made through the Logistics Department of the VAMC Erie (562). This will include documentation of receipt and assignment of a facility based EE number for identification and tracking purposes. Delivery confirmation of non-equipment/ commodities acquisitions is the responsibility of the receiving Facility and/ or Service. REQUEST FOR INFORMATION INSTRUCTIONS: 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, UEI Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 334516 (size standard of 1000 employees). Please answer the following questions: 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.)? Is your company considered small under the NAICS code identified under this RFI? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? If not, can you provide additional information shown below. This is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees; Primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice; Obtained an individual or class waiver? If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? If you intend to subcontract any work on this contract, what portion of the total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to subcontracted work and completion of job. Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. If you are an FSS GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? General pricing of your products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. Please submit your capabilities in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. Please provide your UEI number. This RFI will be conducted in accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to allan.tabliago@va.gov no later than Friday, September 30, 2022 at 16:30 PM Eastern Time (ET). This notice will help the VA in determining available potential sources only. Do not contact VA Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contracting Specialist, Allan Tabliago. Questions or responses will include the Source Sought number in the subject line. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a contract award. Any interested business concern must submit a no longer that 10-page capability statement addressing its ability to meet the requirements listed above to Capability Statement shall include a statement regarding how the business concern is engaged in wholesale trade and normally sells the item being supplied and how the business concern will take ownership of the items being delivered. Vendors shall also provide certification, evidence that they are an authorized distributor of the Original Equipment Manufacturer. If a solicitation is issued, information will be posted on the SAM web site for all qualified interested parties at a later date and interested parties must respond to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contracting Officer at allan.tabliago@va.gov. 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. 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/497c274c286a47d6b3e1a34d677d33c3/view)
 
Place of Performance
Address: Department of Veterans Affairs Erie VAMC 135 East 38th St, Erie 16504-1559, USA
Zip Code: 16504-1559
Country: USA
 
Record
SN06477304-F 20220925/220923230120 (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.