Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2024 SAM #8411
SOURCES SOUGHT

65 -- Long Beach - Acid Concentrates

Notice Date
12/5/2024 12:18:07 PM
 
Notice Type
Sources Sought
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus Manufacturing
 
Contracting Office
262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
 
ZIP Code
85297
 
Solicitation Number
36C26225Q0214
 
Response Due
12/12/2024 2:00:00 PM
 
Archive Date
02/10/2025
 
Point of Contact
Jasmine Pressley-Barnard, Contract Specialist, Phone: 602-860-7808
 
E-Mail Address
jasmine.pressley-barnard@va.gov
(jasmine.pressley-barnard@va.gov)
 
Awardee
null
 
Description
THIS REQUEST FOR INFORMATION (RFI) / SOURCES SOUGHT NOTICE IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES. THIS IS NOT A SOLICITATION. SUBMISSION OF INFORMATION ABOUT PRICING, DELIVERY, THE MARKET, AND CAPABILITIES IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI FOR PLANNING PURPOSES IN ACCORDANCE WITH (IAW) FAR 15.201(e). DISCLAIMER This RFI is issued solely for information and planning purposes 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. RFI DESCRIPTION This is NOT a solicitation announcement. This is an RFI only. The purpose of this RFI is to gain information about potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1,250 Employees). Responses to this RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this RFI, further RFIs and/or a solicitation or other announcements may be published. The Department of Veterans Affairs (VA) is seeking sources capable of providing Acid Concentrates on an as needed basis that meet the list of salient characteristics below, for VA Long Beach Healthcare System. The list of salient characteristics is intended to be descriptive, not restrictive, of the supplies/services that are required. Item # Unit Description Estimated Annual Quantity Provide Place of Manufacture D100225-10DEX100 55gal drum Diasol Acid Concentrate 2K 2.5CA 1.0MG 360 DR D100325-10DEX100 55gal drum Diasol Acid Concentrate 3K 2.5CA 1.0MG 192 DR D100230-10DEX100 55gal drum Diasol Acid Concentrate 2K 3.0CA 1.0MG 24 DR D100330-10DEX100 55gal drum Diasol Acid Concentrate 3K 3.0CA 1.0MG 60 DR G100220-10DEX100 4 gal/case Diasol Acid Concentrate 2K 2.0CA 1.0MG 36 CS Salient Characteristics for Acid Concentrates: It should contain a physiological concentration of electrolytes, resembling the concentration of electrolytes in the body fluids of a healthy human. It should contain buffer, so that it may act as a source of buffer for an acidotic patient. It should contain some physiologic amount of glucose. It should contain acetic acid to maintain the final dialysate pH. It should be use only with a three-stream hemodialysis machine calibrated to proportion 1 part acid to 1.72 parts bicarbonate concentrate to 42.28 parts purified water that meets ISO 13959 or AAMI RD62 water quality requirements. Use only with 45X bicarbonate concentrates. If your company is interested and capable of providing the required supplies, please provide 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) Submit your capabilities statement illustrating how your organization can/cannot meet the list of SALIENT CHARACTERISTICS requirements. For instances where your company cannot meet the SALIENT CHARACTERISTICS, please explain. For instances where your company can meet the SALIENT CHARACTERISTICS requirement(s), please show how your company meets/exceeds each requirement. (2) Please review the list of SALIENT CHARACTERISTICS and provide any additional feedback or suggestions. If none, please reply as N/A. (3) 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. (4) Is your company considered small under the NAICS code identified in this RFI? (5) Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of SALIENT CHARACTERISTICS? (6) 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). (7) If you re a small business and you are an authorized distributor/reseller for the items identified above, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified. (8) Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR ยง 125.6? (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) Non-Manufacturer Rule: If applicable, can you confirm your business complies with the Non-Manufacturer rule? Specifically, does your company: Provide a product from a small business manufacturer or processor? Not exceed 500 employees? Primarily engage in the retail or wholesale trade and normally sell 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? (11) Please indicate whether your product conforms to the requirements of the Buy American Act? (12) What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. (13) What is estimated life span of your solution? What support/services does that entail? (14) Does your proposed equipment have FDA clearance? Please specify what FDA clearance(s) have been obtained. (15) Does your organization offer a leasing solution? Please elaborate. (16) 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(s). (17) If you are an FSS GSA/NAC/SAC/BPA/NASA SEWP or any other Federal Government contract holder, are all the items/solutions you are providing information about available on your schedule/contract? Please state if all or some items are available on the contract. (18) 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. (19) Please provide your SAM.gov Unique Entity ID/Cage Code number. Responses to this notice shall be submitted via email to jasmine.pressley-barnard@va.gov. Telephone responses will not be accepted. Responses must be received no later than Thursday, December 12, 2024 by 2:00 PM PT Local Time. All responses to this Sources Sought/RFI will be used for planning purposes only. Responses to this Sources Sought Notice / RFI are not considered a request to be added to a prospective bidders list or to receive a copy of the solicitation. If further RFIs and/or a solicitation or other announcement is issued as a result of the information provided from this RFI, all interested parties must respond to the specific posting separately IAW the specifications of that announcement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c660aa91b6a44cbab9e9f6961b1cb9f/view)
 
Place of Performance
Address: Department of Veterans Affairs VA Long Beach Healthcare System 5901 East 7th Street, Long Beach 90822, USA
Zip Code: 90822
Country: USA
 
Record
SN07283971-F 20241207/241205230123 (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.