SOURCES SOUGHT
65 -- 1TC-130 Large RFID Cabinet and 1 TC-132 Small RFID Cabinet
- Notice Date
- 2/27/2025 1:08:36 PM
- Notice Type
- Sources Sought
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- 262-NETWORK CONTRACT OFFICE 22 (36C262) Gilbert AZ 85297 USA
- ZIP Code
- 85297
- Solicitation Number
- 36C26225Q0560
- Response Due
- 3/7/2025 10:00:00 AM
- Archive Date
- 05/06/2025
- Point of Contact
- Choo, Sam, Contract Specialist, Phone: sam.choo@va.gov
- E-Mail Address
-
sam.choo@va.gov
(sam.choo@va.gov)
- Awardee
- null
- Description
- SOURCES SOUGHT/RFI DESCRIPTION This is NOT a solicitation announcement. This is a Sources Sought Notice / RFI only. The purpose of this Sources Sought Notice / RFI is to gain information about potential qualified sources and their size classification relative to NAICS 334419 (size standard of 750 Employees). Responses to this Sources Sought Notice / RFI will be used by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought Notice / 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 Trackcore RFID Tissue Cabinets or Equal for Surgery Department at Phoenix VA Healthcare System. Scope: Contractor shall provide listed Brand name or Equal products at firm-fixed-price during contractual performance period. Brand Name Item Information: TrackCore Software, TC-130 Large RFID Cabinets, and TC-132 Small RFID Cabinet. Manufacturer name LPIT Solutions, Inc. dba TrackCore, Inc. Essential/significant physical, functional, or performance characteristics: The unit must provide a complete system to store and track biological tissues used during surgical procedures. The system must include one (1) RAIN RFID-enabled one (1) with minimum 25 cu. ft. and one (1) RAIN RFID-enabled 7.9 cu.ft. intelligent freezers, tissue tracking software package to comply with FDA requirements for storage of implantable biologics. The system must automatically track and monitor inventory 24/7, to eliminate manual processes, increases visibility, and capture information in real-time. The inventory transactions must be integrated into existing enterprise resource planning (ERP) and inventory management workflows. Must integrate with VA VISTA operating system, including scanning of tissue/implants into patient record. Must integrate and work with the existing Trackcore cabinets, Trackcore software, VA ERP, and VA VISTA. The system must automatically track and monitor inventory 24/7, to eliminate manual processes, increases visibility, and capture information in real-time. Dimensions allowed Small RFID Cabinet (TC-132 or Equal): 44 H x 24 W x 24 D (48 D with door clearance and back wall clearance) Maximum.� Large RFID Cabinet (TC-130 or Equal): 80 H x 36 W x 26 D (50 D door clearance and back wall clearance) Maximum. If your company is interested and capable of providing the required supplies/services, please provide the information indicated below OR your intent, interest to participation, and information provided will not be considered as valid for research purpose. Response to this notice should include company name, address, point of contact, size of business pursuant to the following questions: Submit your capabilities statement illustrating how your organization can/cannot meet the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements. For instances where your company cannot meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please explain. For instances where your company can meet the DRAFT/SALIENT CHARACTERISTICS/SOW requirement(s), please complete below to show how your company meets/exceeds each requirement. Essential/significant physical, functional, or performance characteristics: Meet/Not Meet Comment o� � The unit must provide a complete system to store and track biological tissues used during surgical procedures. � � o� � The system must include one (1) RAIN RFID-enabled one (1) with minimum 25 cu. ft. and one (1) RAIN RFID-enabled 7.9 cu.ft. intelligent freezers, tissue tracking software package to comply with FDA requirements for storage of implantable biologics. � � o� � The system must automatically track and monitor inventory 24/7, to eliminate manual processes, increases visibility, and capture information in real-time. � � o� � The inventory transactions must be integrated into existing enterprise resource planning (ERP) and inventory management workflows. � � o� � Must integrate with VA VISTA operating system, including scanning of tissue/implants into patient record. � � o� � Must integrate and work with the existing Trackcore cabinets, Trackcore software, VA ERP, and VA VISTA. � � o� � The system must automatically track and monitor inventory 24/7, to eliminate manual processes, increases visibility, and capture information in real-time. � � o� � Small RFID Cabinet (TC-132 or Equal): 44 H x 24 W x 24 D (48 D with door clearance and back wall clearance) Maximum.� � � o� � Large RFID Cabinet (TC-130 or Equal): 80 H x 36 W x 26 D (50 D door clearance and back wall clearance) Maximum. � � Please review the list of DRAFT/SALIENT CHARACTERISTICS/SOW requirements and provide any additional feedback or suggestions. If none, please reply as N/A. 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. Is your company considered small under the NAICS code identified in this RFI? Are you the manufacturer, authorized distributor, and/or can your company provide a solution to the required supplies/services described in the list of DRAFT/SALIENT CHARACTERISTICS/SOW? 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). 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. Limitations on Subcontracting: How does your business ensure compliance with the limitations on subcontracting as outlined in 13 CFR § 125.6? Are the items you are identifying/providing considered Commercial of the Shelf (COTS) items as defined in FAR Part 2.101 under commercial items? 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? Please indicate whether your product conforms to the requirements of the Buy American Act? What is your lead time to deliver a single unit with all components? Is there scale in lead time with greater quantities? Please elaborate. What is estimated life span of your solution? What support/services does that entail? Does your organization offer a leasing solution? Please elaborate. 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). 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. 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 provide your SAM.gov Unique Entity ID/Cage Code number. Please indicate if manufacturer of equal to equipment is/will be US domestic Small Business / US Domestic Large Business / Foreign. Responses to this notice shall be submitted via email to sam.choo@va.gov. Telephone responses will not be accepted. Responses must be received no later than Friday, March 7, 2025 by 10:00 AM PST. 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/6321e880e34d4cf281b8517c4298e975/view)
- Place of Performance
- Address: Department of Veterans Affairs
- Record
- SN07356698-F 20250301/250227230044 (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 |