Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 30, 2022 SAM #7703
SOURCES SOUGHT

66 -- Milestone WorkSTATION Qx 140 and UltraGROSS Rosai Edition (Brand Name Or Equal) This is not a request for quotes.

Notice Date
12/28/2022 6:09:46 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
36C24423Q0273
 
Response Due
1/4/2023 1:30:00 PM
 
Archive Date
04/04/2023
 
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 7. Milestone WorkSTATION Qx 140 and UltraGROSS Rosai Edition (Brand Name Or Equal) INTRODUCTION/BACKGROUND: The WorkSTATION Qx is a user-oriented capture and storage system for digital macro images. It dramatically reduces specimen turn-around time at the grossing station compared to conventional capture and shoot handheld systems. OBJECTIVE: The Department of Veterans Affairs, VISN 04, Lebanon VA Medical Center hereby referred to as the Lebanon VAMC, is requesting the Brand Name Or Equal acquisition of the following: One (1), P/N 12301PROX WorkSTATION QX 140, (115V - 60Hz) - Ergonomic, Mobile Grossing Workstation of Surgical Specimens One (1), P/N 150CTSDFRAU/R UltraGROSS, Rosai Edition 150cm Active (115V-60Hz) MAJOR REQUIREMENTS: The Contractor/Vendor must complete the following tasks to meet the needs of this acquisition: See Paragraph 3.6 Table 1 for requirement Salient Characteristics for Brand Name Or Equal to WorkSTATION Qx 140 Mobile Grossing Workcenter of Surgical Specimens 115V~ 60 Hz Ergonomic- mobile and easy to re-position Adjustable working area height- minimum from 900 mm (35'') to maximum 1200 mm (47'') Maximum width: Cannot exceed 4 feet (48 ) Built-in LED illuminator for the work area can be adjusted to suit user s requirements Vented built-in waste paper basket Slide-out waterproof keyboard IP68 Large Cutting board with ruler Convenience-Water inlet/outlet plus power supply Magnetic bar for tools Water plumbing connection with pressure reducing valve Easy/optimized operation-Built-in water basin with shower head for rinsing purposes Connectivity Network ready LIS compatible Remote viewing enabled Simplified touchpad control panel for digital imaging (Zoom in & out + Save) Adjustable air flow Safety Slide out wastepaper basket, with trap door, connected to exhaust system Connection to exhaust pipe (100 mm diameter) Downdraft plus backdraft vapors exhaust system LED light indicator of airflow reduction Formalin drain system with built-in funnel, dedicated exhaust tank (included) provided with tank full alarm (light and sound). 4 inch (10 cm) industrial castors for ease of positioning MacroPATH Qx macro-digital system with POC for optimized grossing and digital documentation of surgical specimens 30X optical zoom Digital Camera with auto-Iris and auto-focus Resolution: up to 20 Megapixels Foot Pedal Control for Hands-free operations High resistance stainless steel structure (minimum AISI 316 steel acid resistant) Salient Characteristics Brand Name Or Equal to UltraGROSS, Rosai edition 150cm Active (115V~ 60Hz) 1Ph Active air exhaust Working Area: Sink 250mm width; Blue cutting board group 500mm width; Funnel 250mm Maximum width: Cannot exceed 5 (60 ) Exhaust fixative draining system P/N Description Qty Fresh Fixative loading system Backwall shelf- quantity of 1 Magnetic bars for knife holding: Mobile x1 and wall mounted x1 keyboard & monitor support MacroPATH with POC (all-in-one touchscreen PC) with keyboard to include support High resistance stainless steel structure (minimum AISI 316 steel acid resistant) 4 inch (10 mm) industrial castors for ease of positioning Accessories: Blue cutting board 50cm wide, with shelf Sink with cover, 25cm wide and 12 cm height Kit with 2 internal active charcoal filters for 150 models PVC Tubing diameter 40mm In-Sink Garbage Disposal Technical Specifications Dimension (WxHxD): 1270mm (50 ) x 1500mm (59 ) x 850mm (33 ) Weight: 150Kg (330,6 Lbs) Minimum table height: 800mm (31,5 ) Maxiumum table height: 1200mm (47 ) Water connection: 1/2 Approximately 20lt./min Power supply: 230V -50Hz / 115V-60Hz Table 1 Item No. Part No. Description Qty 0001 12301PROX WorkSTATION QX 140, (115V - 60Hz) - Ergonomic, Mobile Grossing Workstation of Surgical Specimens 1 0002 150CTSDFRAU/R UltraGROSS, Rosai Edition 150cm Active (115V-60Hz) 1 0003 109198 Blue cutting board 50cm wide, with shelf 1 0004 109202 Sink with cover, 25cm wide and 12cm height 1 0005 109225 Kit with 2 internal active charcoal filters for 150 models 1 0006 102896 PVC Tube diameter 40mm 1 0007 102907Z In-Sink Garbage Disposal 1 0008 Milestone Install Installation & Operating Training 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: Frank Wornyo Phone Number: 717-272-6621 ext.4180 Email: frank.wornyo@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 Lebanon (595). 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 1250 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, 16:30 PM Eastern Standard Time (EST) on January 4, 2023. 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/e9005c1c7af1486cbabb276958b49431/view)
 
Place of Performance
Address: Department of Veterans Affairs Lebanon VAMC 1700 S. Lincoln Ave., Lebanon 17042, USA
Zip Code: 17042
Country: USA
 
Record
SN06553221-F 20221230/221228230109 (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.