Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 31, 2025 SAM #8466
SOURCES SOUGHT

66 -- Brand Name or Equal Epredia Slide Printer/System

Notice Date
1/29/2025 11:38:06 AM
 
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
36C24425Q0324
 
Response Due
1/29/2025 10:00:00 AM
 
Archive Date
03/30/2025
 
Point of Contact
McDaniel Brayboy III, Contract Specialist, Phone: 916-841-7834
 
E-Mail Address
mcdaniel.brayboy@va.gov
(mcdaniel.brayboy@va.gov)
 
Awardee
null
 
Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT NOTICE ONLY. This Sources Sought Notice 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 Sources Sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists. Therefore, do not request a copy of a solicitation. The Department of Veterans Affairs (VA), VISN 4, Network Contracting Office 4 (NCO 4), is seeking information and potential qualified sources capable of providing Brand Name or Equal Epredia slide printers. The printers will be delivered to the Pittsburgh VA Medical Center, located in Pittsburgh, PA 15215. Scope: P&LMS requires four replacement Brand Name or Equal Epredia slide printers which are currently problematic and at the end of life. The equipment is used daily in conjunction with labeled tissue cassettes which contains patient information and barcode which can withstand many chemicals/solvents to which they are exposed. The tissue cassette barcode is utilized during grossing, embedding and sectioning allowing electronic tracking of the patient tissue sample. The labeling system can reduce technician time and most importantly errors which can cause potential harm to patient care. These slide printers transfer the information from the cassettes to label the glass slides. This is a Brand Name or Equal request. The brand used for comparison is Epredia Slide Mate AS Slide Printer. General Requirements: Specifications as set forth in this proposal are minimum specifications and shall not be construed as limiting the overall quality, quantity, or performance of the instrument. The offeror shall meet or exceed the minimum requirements and shall be held responsible for the performance and overall quality of the requested instrument during the instrument s warranty period. The instruments, based upon the specifications requested, shall be the newest and the most current model. A refurbished is not acceptable. Four (4) Slide Printers Equipment Required: Must have reliable and proven labeling information which will not be compromised by chemicals used in processing tissues and staining slides. Must fit into spaces currently occupied by similar printers in use. No larger than 9.5 x 5 x 12 inches Must have an integrated tracking and process verification. Must have two slide hoppers. Product must be reliable and able to be archived without degradation. Must be durable and able to withstand high volume, daily use. Legibility and versatility of font and data before and during the process is essential. Compatibility of cassette and slide software is essential. Must be compatible with the system currently in use (Thermosphere Scientific Print mate and Slide mate System). Additional Requirements: The vendor/distributor and/or the manufacturer must provide all necessary procedure manuals, troubleshooting manuals and operator manuals. Delivery: All equipment deliveries must be coordinated with the Biomedical department prior to delivery. Failure to do so may result in the return of the equipment at vendor cost. Responses to this RFI should include company name, address, point of contact, phone number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industry Classification code (NAICS) 334516, Analytical Laboratory Instrument Manufacturing. The Small Business Size Standard for this NAICS code is 1,00 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), Small Business (SB), Large Business, etc.)? Is your company considered small under the NAICS code identified under this notice? Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above? Is the product you are providing information about made by a small business manufacturer or a large business? Is the product you are providing information about manufactured in the United States? If not, please provide the country where the unit is manufactured. 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 regarding the salient characteristics detailed above 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 Unique Entity ID. This Sources Sought Notice 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 mcdaniel.brayboy@va.gov no later than, 1:00 PM Eastern Standard Time (EST) on February 10, 2025. 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 Contract Specialist, McDaniel Brayboy III. All firms responding to this Sources Sought Notice are advised that their response is not a request for proposal, therefore will not be considered for a contract award. If a solicitation is issued, information will be posted on the Contract Opportunities website 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 Source Sought Notice. Information will only be accepted in writing by e-mail to Contract Specialist, McDaniel Brayboy III at mcdaniel.brayboy@va.gov DISCLAIMER This Sources Sought Notice is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this notice 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 notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/73912bc3cb8f45e08e8217bdb1fcf2ef/view)
 
Place of Performance
Address: Pittsburgh VAMC 1010 Delafield RD, Pittsburgh 15215
Zip Code: 15215
 
Record
SN07327168-F 20250131/250129230114 (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.