Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2023 SAM #7850
SOURCES SOUGHT

66 -- Cytology Microscope

Notice Date
5/24/2023 3:41:23 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26223Q1149
 
Response Due
5/31/2023 4:00:00 PM
 
Archive Date
06/15/2023
 
Point of Contact
Bridgett Sharma, Contract Specialist, Phone: 562-766-2259
 
E-Mail Address
Bridgett.Sharma@VA.gov
(Bridgett.Sharma@VA.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. THIS IS NOT 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). 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. SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought/RFI only. The purpose of this Sources Sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516 (size standard of 1,000 employees). Responses to this Sources Sought/RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought/RFI, a solicitation announcement may be published. Responses to this Sources Sought/RFI synopsis are not considered adequate responses for a solicitation announcement. The Department of Veterans Affairs (VA), VISN 22 Long Beach Network Contracting Office, is seeking sources who can possibly provide a cytology microscope that at a minimum meets the brand name and/or can possibly provide an equal product for the Long Beach VA Medical Center. Brand Name Information: Manufacturer & Part Number: Nikon & Part Numbers: MBA950QA, MBP91705, MBL71305, MRD70020, MRH00045, MRH00105, MRH00205, MRH00401, MRP00602, 79035, MXA22129, MCN77100, MBB75370, MBN74925, MAK10110, 175961 Type: CiL+ Ergonomic Cytology Microscope Manufacturer & Part Number: Nikon & Part Numbers: MBB75110, MBB92106, MAK10110, MBB75150, MBB75141, MQF52057, 79035, MBB75710, MXA22065 Type: SBS Teaching Head Equal-to-Product Information: Main component: Cytology Microscope Salient Characteristics: Must be compatible with the Nikon CFI60 optical system that is already implemented at the Long Beach VA Medical Center laboratory Must have luminescent white LED (Light Emitted Diode) Must have an image capture button Must come with the following eye pieces: 4X, 10X, 20X, 40X Must have the following focusing features: fine focusing, stroke 30mm, coarse 9.33mm rotation, fine 0.1mm/rotation, and refocusing Must come with a binocular tube, a tilting tube, and trinocular tubes Must come with a sextuple nosepiece and sextuple nosepiece with an analyzer slot Must have the capability to automatically match the image scale on the computer to the microscope s magnification level when the magnification level is changed Must be able to adjust stage handle height and torque for all stages Must have a motorized swing out condenser with a 27mm focusing stroke Must have the following observation methods: brightfield, Epi-fluorescence, darkfield, phase contrast, simple polarizing, sensitive color polarizing Must have a power consumption not exceeding 6Watts (brightfield configuration) Must have a function that saves and recalls the optimal brightness level for each objective 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. If you are interested and can provide the sought-out supplies/services, please provide the requested information as well as the information indicated below. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: (1) 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.)? (2) Is your company considered small under the NAICS code identified in this RFI? (3) Are you the manufacturer, authorized distributor, and/or can you provide equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated/authorized distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) 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? (6) 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. (7) Does your company have a Federal Supply Schedule (FSS) GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract? If so, please provide the contract number. (8) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solution you are providing information for available on your schedule/contract? Please state if all or some items are available on the contract. (9) Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items (10) Please indicate whether your product conforms to the requirements of the Buy American Act? (11) 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. (12) Please submit your capabilities statement illustrating your organization s ability to meet the described salient characteristics or equal to items for planning purposes; show clear, compelling, and convincing evidence that all equal to items"" meet all the salient characteristics. (13) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (14) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to Bridgett.Sharma@va.gov. Telephone responses will not be accepted. Responses must be received no later than Wednesday, May 31, 2023, by 4:00 PM PST. All responses to this Sources Sought/RFI will be used for planning purposes only. If a solicitation is issued as a result of the information provided from this RFI, all interested parties must respond to that solicitation separately IAW the specifications of that solicitation announcement. Responses to this Sources Sought/RFI notice is not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cbcf81ad76b54aa6930001f7681118d8/view)
 
Place of Performance
Address: Department of Veterans Affairs Long Beach VA Medical Center 5901 East 7th Street, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN06693743-F 20230526/230524230120 (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.