Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 01, 2024 SAM #8314
SOURCES SOUGHT

66 -- Immunology Immunoassay Testing Cost per Reportable Result for Oklahoma City VA Health Care System

Notice Date
8/30/2024 8:33:43 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NETWORK CONTRACT OFFICE 19 (36C259) Greenwood Village CO 80111 USA
 
ZIP Code
80111
 
Solicitation Number
36C25924Q0781
 
Response Due
9/5/2024 11:00:00 AM
 
Archive Date
10/05/2024
 
Point of Contact
Juanita Street, Contracting Officer, Phone: 303-712-5736
 
E-Mail Address
Juanita.Street@va.gov
(Juanita.Street@va.gov)
 
Awardee
null
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs, VHA, Network Contracting Office (NCO) 19 Rocky Mountain Acquisition Center is seeking potential sources that are capable of providing an Automated Immunoassay Instrumentation with the ability to perform immunoassays for Systemic Autoimmune Disease Screen, Syphilis Serology, Measles/Mumps/Rubella/Varicella Immunity Status Panel, Vasculitis Panel, Anti-CCP Panel, Celiac Disease Panels, HIV Screen Panel and Lyme Disease Panel, on a Cost per Reportable Result (CPRR) basis which includes the usage of the instrument(s), reagents, supplies, standards, controls, consumables, disposables, maintenance, repair and training. This requirement is for the Oklahoma City VA Health Care System (OKCVAHCS) located at 921 N.E. 13th Street, Oklahoma City, OK 73104. NCO 19 is performing market research to determine if there is a sufficient number of qualified (1) Service-Disabled Veteran-Owned Small Business (SDVOSB); (2) Veteran-Owned Small Business (VOSB); (3) Small or emerging small business firms; or (4) Large businesses who can fulfill the requirement. This Sources Sought notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All SDVOSB, VOSB, small and large businesses capable of fulfilling the requirement are invited to respond. NAICS code to be used for this acquisition is 334516. All interested firms who can MEET and FULFILL the requirements stated in the Summary of Requirements below should respond, in writing, with the following information (the entire table below must be completed in order for the vendor/firm to show they are capable of fulfilling the requirement): Company Name: Address: UEI (Unique Entity ID) Number: Contact Name: Phone No.: Email: Business Size Information - Select all that applies: Small Business Emerging Small Business Small Disadvantaged Business Certified under Section 8(a) of the Small Business Act HUBZone Woman Owned Certified Service-Disabled Veteran Owned Small Veteran Owned Small Business Large Business FSS/GSA Contract Holder: Yes No FSS/GSA Contract Number: Effective Date/ Expiration Date: Proposed solution is listed and available on the above FSS/GSA Contract: Yes No Available pricing structure of proposed solution (select all that are applicable below): Pricing Model Please Indicate Availability Below: (Yes / No / NA) All on FSS Open Market only Mix of FSS & Open Market (CPRR) Cost Per Reportable Result Cost Per Test(CPT) Reagent Rental Agreement Equipment Rental with Reagent Purchase Fixed Monthly Charge Other: (Please explain) Federal Acquisition Regulation (FAR) Market Rearch Questions: Buy American Act (FAR 52.225) What percentage of the proposed product (including leases) is a: Domestic end product? _____________ (%) Foreign end product? _______________ (%) Questions for Small Businesses ONLY: Limitations on Subcontracting (FAR 52.219-14) What percentage of the work would be subcontracted to another company? ________ If > 0, what is company s business size: __________ If subcontracting, what added value do you offer (FAR 52.215-23): _______________________________ Nonmanufacturer Rule (FAR 52.219-33): Does your company manufacturer these proposed items? [  ] yes [  ] no Does your company exceed 500 employees? [  ] yes [  ] no If yes, list # of employees: _________ Does your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? [  ] yes [  ] no Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? [  ] yes [  ] no Does your company supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [  ] yes [  ] no If yes, what is the manufacturer s name? ________________ Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments. Responses and questions may be submitted electronically to: Juanita.Street@va.gov and NCO19Lab@va.gov in a Microsoft word compatible format no later than Thursday, September 5th, 12:00pm Mountain Time. PHONE CALLS NOT ACCEPTED. SUMMARY OF REQUIREMENTS: 1. Contractor MUST provide all of the following tests in a single analyzer/instrument: Systemic Autoimmune Screening Panel Celiac Disease Panel Anti-CCP Syphilis Panel Immunity Status Panel Systemic Small Vessel Vasculitis Panel HIV Screen Lyme Disease Panel 2. Instrument/Analyzer/System shall have the design to run autoimmune and infectious disease tests in single test format. 3. Total time to analyze a single test shall be less than one (1) hour. 4. The instrument/analyzer/system, reagents, controls, calibrators, and any consumable part necessary for analyzing/testing must be Food and Drug Administration (FDA) approved 5. Cost Per Reportable Result (CPRR): Contractors are required to provide a per reportable price for each patient test that can be performed on its equipment. The per reportable patient test price shall include costs covering (a) equipment use, (b) all reagents, calibrators, controls, supplies, consumable/disposable items, parts, accessories, Uninterruptible Power Supply (UPS), printers, workstations, servers, and any other item required for the proper operation of the contractor's equipment and necessary for the generation and reporting of a patient test result, (c) all necessary maintenance to keep the equipment in good operating condition (This element includes both preventive maintenance and emergency repairs) and (d) training for Government personnel.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a669013ab9a44978b8877ceb18f0962a/view)
 
Place of Performance
Address: Department of Veterans Affairs Oklahoma City VA Health Care System Attn: Pathology and Laboratory 921 N.E. 13th Street, Oklahoma City, OK 73104, USA
Zip Code: 73104
Country: USA
 
Record
SN07194302-F 20240901/240830230125 (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.