SOURCES SOUGHT
66 -- Minneapolis VA Health Care System Flow Cytometer Reagents Sources Sought
- Notice Date
- 11/13/2023 1:07:09 PM
- Notice Type
- Sources Sought
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- NETWORK CONTRACT OFFICE 23 (36C263) Saint Paul MN 55101 USA
- ZIP Code
- 55101
- Solicitation Number
- 36C26324Q0129
- Response Due
- 11/17/2023 3:00:00 PM
- Archive Date
- 11/18/2023
- Point of Contact
- Jeffrey Brown, Contracting Specialist, Phone: 651-293-3009
- E-Mail Address
-
Jeffrey.Brown8@va.gov
(Jeffrey.Brown8@va.gov)
- Awardee
- null
- Description
- The Minneapolis Health Care System requires flow cytometer reagents with the Salient Characteristics listed and in accordance with the Statement of Work below. This is a sources sought looking for businesses to provide the supplies listed below for market research purposes. No awards of a contract will be made from this announcement. Identify if your organization is the manufacturer of the required supplies. If you are not the manufacturer, identify the manufacturer of the supplies that you will provide. Additionally, any distributor will be required to provide an authorization letter from the manufacturer authorizing them to distribute their products per VAAR 852.212-71 Gray Market Items for their response to be considered valid. Identify whether any foreign end products, as defined in FAR Provision 52.225-2, would be provided to meet this requirement ( https://www.acquisition.gov/far/part-52#FAR_52_225_2__d3401e52). Non-responsiveness will invalidate your response. Identify your organization's socio-economic category. Address whether your organization meets the requirements of 13 CFR 121.406 (b)(1)(i), (b)(1)(ii) and (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-I/part-121/subpart-A/subject-group-ECFR0fca5207262de47/section-121.406#p-121.406(b)). If you are a vendor that can provide the requested information and required supplies described below with competitive pricing, send your information (to include your organization's Unique Entity Identifier number) with a description of proof of capability to: Jeffrey.Brown8@va.gov on or before November 17th, 2023. *If applicable, VAAR 852.219-76 VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products, will apply to the potential solicitation if set-aside for Veteran Owned Small-Businesses.* *If applicable, VAAR 852.212-71 Gray Market Items, will apply to the potential solicitation.* *If applicable, FAR Provision 52.219-14 Limitations on Subcontracting, will apply to the potential solicitation if set-aside for Small-Businesses.* Statement of Work Flow Cytometry Reagents 1. BASIC REQUIREMENT: Contractor shall provide the Minneapolis VA Healthcare System Special Hematology Laboratory, One Veterans Drive, Minneapolis, Minnesota 55417, hereinafter referred to as the MVAHCS, with Becton Dickenson brand name or equal flow cytometry reagents which are approved for use with our owned BD FACS Canto flow cytometers. These reagents are used to perform clinical immunophenotyping testing for diagnostic and prognostic patient care at the MVAHCS. Any reagents offered must be functionally equivalent to the antibodies and fluorochromes listed below as these have been validated for use in the MVAHCS laboratory. 2. ESTIMATED QUANTITIES: The quantities as listed in the Schedule of Items are estimated annual requirements. The MVAHCS attempts to be as accurate as possible when providing estimated quantities, however, actual quantities required may vary from quantities as listed. All products will be requested on an on demand, as needed basis. Orders will be placed via telephone or FAX by authorized VA Medical Center Laboratory personnel throughout the contract period. Description Part # Estimated Annual Qty Hu CD1a FITC HI149 100Tst 555806 2 CD2 PE S5.2 ASR 340701 2 CD3 FITC SK7 50 Tests IVD 349201 3 CD3 PE SK7 ASR 340662 3 CD8 FITC SK1 ASR 340692 5 CD8 PE SK1 IVD 340046 5 CD8 PE-Cy7 SK1 ASR 335805 5 CD8 APC SK1 ASR 340659 5 CD11b APC D12 ASR 340936 3 CD13 PE L138 ASR 340686 3 CD14 PE MphiP9 ASR 340683 3 CD16 FITC NKP15 ASR 340704 2 CD16 PE-Cy7 B73.1 ASR 335806 3 CD19 PE 4G7 50 Tests IVD 349209 3 CD26 FITC (L272) ASR 649456 3 CD33 PerCP-Cy5.5 P67.6 ASR 341640 3 Hu CD43 APC 1G10 100Tst 560198 3 CD56 PE MY31 ASR 340685 4 CD57 FITC HNK-1 ASR 340706 3 Anti-TCR-Alpha/Beta-1 FITC WT31 ASR 340883 3 Anti-TdT FITC E17-1519 ASR 347208 3 Myeloperoxidase PE 5B8 50 Tests RUO/ GMP 341642 3 Anti-TCR-Gamma/Delta-1 PE 11F2 ASR 340887 3 Ms IgG1 Isotype Control FITC X40 ASR 340755 3 Mouse IgG1 PE X40 100ug RUO/GMP 349043 3 Simultest Anti-Kpa F(ab')2/CD19 RUO/ GMP 340392 2 Simultest Anti-Lam F(ab')2/CD19 RUO/ GMP 340393 2 CD2 PE-Cy7 L303.1 ASR 335804 4 CD3 PerCP-Cy5.5 SK7 ASR 340948 6 CD3 PE-Cy7 SK7 ASR 341101 3 CD4 PerCP-Cy5.5 SK3 ASR 341653 3 CD4 APC SK3 ASR 340672 6 CD5 PE L17F12 ASR 340697 3 CD7 PE M-T701 ASR 340656 10 CD8 PerCP-Cy5.5 SK1 ASR 341049 12 CD10 PE HI10a ASR 340920 6 CD11c APC S-HCL-3 ASR 340714 10 CD13 PE-Cy7 L138 ASR 338432 8 CD15 FITC MMA ASR 340703 5 CD19 PerCP-Cy5.5 SJ25C1 ASR 340950 20 CD19 PE-Cy7 SJ25C1 ASR 341103 10 CD20 PerCP-Cy5.5 L27 ASR 340954 5 CD22 PE S-HCL-1 ASR 340708 10 CD23 PE EBVCS-5 ASR 341008 10 CD33 FITC P67.6 ASR 340678 8 CD33 PE P67.6 ASR 340679 8 CD34 PerCP-Cy5.5 8G12 ASR 347213 8 CD38 APC HB7 ASR 340677 8 Hu CD43 FITC 1G10 100Tst 555475 8 CD45 APC-Cy7 2D1 ASR 348805 60 CD103 FITC Ber-ACT8 ASR 340944 8 CD117 PerCP-Cy5.5 104D2 ASR 333947 8 CD138 APC MI15 ASR 347207 8 CD138 PerCP-Cy5.5 MI15 ASR 341097 8 Anti-HLA-DR APC L243 (G46-6) ASR 340691 8 Ms Ig Kpa Comp Bead Set 6mL 552843 4 BD CST Beads Kit 50 Tests 641319 5 Ms IgG1ItCl PerCP-Cy5.5 X40 ASR 347212 8 Ms IgG1 Isotype Control PE-Cy7 X40 ASR 348798 8 MultitestCD3/16+CD56/45/19W/Trucount IVD 340492 8 BD FACSFlow Sheath Fluid 20L 342003 40 BD FACS Clean Solution 5L 340345 6 BD FACS 7-Color Setup Beads 25 Tests 335775 12 CD19 APC SJ25C1 ASR 340722 15 CD20 APC L27 ASR 340940 15 CD25 PE-Cy7 2A3 ASR 335807 8 CD56 PE-Cy7 NCAM16.2 ASR 335809 15 CD34 PE-Cy7 8G12 ASR 348801 8 Ms IgG1 Isotype Control APC X40 ASR 340754 8 BD FACS Lysing Solution 10X 100ML IVD 349202 15 Simultest IgG1/IgG1 ITCL 50TST RUO/ GMP 349526 15 CD5 PE-Cy7 L17F12 ASR 348800 20 CD10 PE-Cy7 HI10a ASR 341102 20 CD23 APC EBVCS-5 ASR 340934 8 MultitestCD3/CD8/CD45/CD4 W/Trucount IVD 340491 22 Simultest CD3 FITC/CD4 PE SK7/SK31 IVD 340043 10 Anti-Kappa FITC / Anti-Lambda PE 349516 30 CD14 FITC MphiP9 ASR 340682 8 BD FACSDiva CS&T Research Beads Kit 50T 655050 20 Multitest CD3/CD16+CD56/CD45/CD19 IVD 340500 5 Lysing Buffer 10X Concentrate 100mL 555899 5 CD158a FITC HP-3E4 50 Tests RUO/GMP 340531 3 Hu CD158B PE CH-L 25Tst 561723 3 Hu CD158e1 (NKB1) APC DX9 100Tst 564103 3 CD200 APC (MRC OX-104) ASR 655428 15 CD49d PE L25 50 Tests RUO/GMP 340296 2 3. PRODUCT QUALITY AND QUALITY CONTROL All products are purchased subject to acceptance by the MVAHCS. Products that fail to meet Quality Control criteria of the Laboratory will not be accepted. Products will be rejected and may be discarded if found unsatisfactory by the Laboratory's Quality Control when they are received, or later if deterioration of the product occurs before the out date. The MVAHCS will not be financially liable for unacceptable materials. Any substitutions of product must have the written approval of the MVAHCS and the Contracting Officer or his/her designee. All defective or inferior products must be replaced within 48 hours at no cost to the MVAHCS. The MVAHCS is not required to return unacceptable product. It is the vendor s responsibility to provide the MVAHCS with recall notices on any product that has been delivered to this facility that may be defective. Notification shall be made to the Contracting Officer via the most expedient method. The contractor shall provide MVAHCS, with a listing of the vendor s products used with this analyzer(s) that are considered hazardous. The listing should also include a determination as to what can be considered harmless to be disposed of by normal methods, such as disposing in the sink or disposing in the trash and what must be specially handled for disposal and how it is handled. 4. CUSTOMER SERVICE/TECHNICAL SUPPORT: The vendor shall make a manufacturer representative for the reagents listed in the schedule available to the MVAHCS during the contract period to provide product information, handle problems or defective merchandise (if required) and address any other issues or concerns that may arise. Technical telephone support must be available Monday through Friday between 8:00am and 5:00pm. Telephone response time shall be within four (4) hours of notification. 5. ROTATION OF STOCK: To assure rotation of stock at the distributor, each lot of a product received must have an outdate the same or later than previously received. Only one lot of any item may be shipped per delivery, unless part is the old lot previously received and part is the New lot which will be shipped for the next delivery. 6. ORDERING PROCEDURES: Orders will be placed by telephone on an on-demand, as needed basis, by MVAHCS, unless vendor specifies an alternative preferred method. Orders to the contractor shall be placed as follows: Vendor s Contact Person: _________________________________________ Telephone Number: _____________________________________________ FAX Number: ___________________________________________________ Address: _______________________________________________________ _______________________________________________________ _______________________________________________________ 7. DELIVERY: All supplies shall be delivered FOB Destination to the VA Medical Center, Minneapolis, Minnesota and shall arrive at the MVAMC no later than 5 calendar days after receipt of an order. Deliveries shall be made to: VA Medical Center, Bldg. 70 Warehouse (90D), PO# _________ One Veterans Drive Minneapolis MN 55417 Delivery Times: Between 8:00am and 3:30pm (Monday-Friday except Federal Holidays) All deliveries shall be accompanied by a packing slip which shall contain vendor s name, purchase order number, date of order, date of delivery, itemized list of products furnished including product description and quantity shipped.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b7063cb653624b5f9de66e1109eb4c03/view)
- Place of Performance
- Address: Minneapolis VAMC 1 Veterans Drive, Minneapolis, MN 55106, USA
- Zip Code: 55106
- Country: USA
- Zip Code: 55106
- Record
- SN06883958-F 20231115/231113230044 (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 |