SOURCES SOUGHT
65 -- EQUIPMENT - LIASON CYCLER - DETROIT
- Notice Date
- 1/6/2026 12:49:11 PM
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- 250-NETWORK CONTRACT OFFICE 10 (36C250) DAYTON OH 45428 USA
- ZIP Code
- 45428
- Solicitation Number
- 36C25026Q0205
- Response Due
- 1/14/2026 1:30:00 PM
- Archive Date
- 04/23/2026
- Point of Contact
- Natalie Harris, Contract Specialist, Phone: 317-988-1515
- E-Mail Address
-
natalie.harris4@va.gov
(natalie.harris4@va.gov)
- Awardee
- null
- Description
- This is a SOURCES SOUGHT only pertaining to brand-name or equal item(s) for the John D. Dingell VA Medical Center. Information collected during this Sources Sought may be used in a set-aside. If a solicitation is issued, the Government will do so in accordance with the Federal Acquisition Regulation (FAR) and applicable VA acquisition policies. The Northern American Industry Classification System (NAICS) number is 339112. The NAICS size standard is 1,000 employees. Any contractor that believes they are capable and desires to claim preference for small business status must be registered with the Small Business Administration (SBA) and be able to be located through the SBA Dynamic Small Business Search. Any contractor that believes that they are capable and desires to claim preference for veteran-owned small business status must be registered in SBA at SBA.gov as a Service-Disabled Veteran-Owned Small Business (SDVOSB) or Veteran-Owned Small Business (VOSB). Contractors who deem themselves capable of meeting the requirement shall provide the information listed below to Kellie Konopinski, Contracting Officer at Kellie.Konopinski@va.gov, and Natalie Harris, Contract Specialist at natalie.harris4@va.gov, no later than Wednesday, January 14, 2026, 4:30 p.m. EST., referencing Acquisition ID: 36C25026Q0205. Responses shall include: (1) Business Name and Address (2) Contract number items are covered under, if applicable (3) Point of Contact name, phone number, and email address (4) SAM UEI and NAICS code (5) Business size (Small or Large) (6) Type of business (SDVOSB, VOSB, 8(a), HUBZone, Woman-Owned, etc.) (7) Information about the product proposed and identification of any salient characteristics not met (8) Country of manufacture (9) If the concern is not with the manufacturer, provide the manufacturer s name, size standard, and an authorized distributor letter (10) If the concern is the manufacturer and sole distributor, provide documentation to that effect; if the manufacturer has authorized distributors, provide a list of those distributors (11) Current lead time of the proposed equipment Contractors must be registered with https://www.sam.gov. To be considered SDVOSB/VOSB, contractors must be registered and certified in SBA. FOB is the destination. Delivery is to: John D. Dingell VA Medical Center 4646 John R Street Detroit, MI 48201 REQUIREMENTS: LIAISON MDX/INTEGRATED CYCLER, Quantity of One (1). Introduction The John D. Dingell VA Medical Center Microbiology Laboratory is seeking sources capable of providing a brand-name or equal Candida Auris Surveillance Testing using Diasorin Liaison MDX/Integrated Cycler for Simplexa C. Auris Direct FDA-approved Real-Time PCR. The requested equipment will be used to prevent the spread and outbreak of antimicrobial-resistant yeast throughout the healthcare facility. The equipment will help protect patients as C.Auris can easily spread to patients as staff, because it is often found on common surfaces such as bedrails, bedside tables, and mobile medical equipment, hands, or clothing of healthcare professionals. Many hospital-grade disinfectants are not effective against C. auris. Scope The contractor shall provide brand-name or equal equipment to Liaison MDX Integrated Cycler that reads Diasorin C. auris Direct discs for rapid detection of Candida auris. The FDA approved real-time PCR, which is the most accurate way to identify C. auris. To be compliant with VHA Directive 1131 and CDC recommendations for the Candida auris screening. Location: John D. Dingell VA Medical Center, Microbiology Laboratory 4646 John R. Street Detroit, MI 48201 Minimum Specification and Characteristics: The facility requires sufficient equipment to process up to 6-8 specimens simultaneously. The facility requires load and go capability. The facility requires the possibility of interfacing with the VISTA system and Oracle. The facility requires direct amplification from samples. The facility requires the ability to re-run the disc to use unused wells. The facility requires that the analyzer perform fluid checks to ensure that a sample has been added to the disc, helping to prevent false negatives. The facility requires the running time to be approximately 1 hour or less. The facility requires a small footprint for the thermocycler. The facility requires that the thermocycler to run Diasorin FDA-approved Candida auris test discs. Performance Requirements: The vendor shall provide the facility with new state-of-the-art equipment with all attachments and accessories: One (1) Thermocycler System Fully-integrated System Automated real-time PCR Testing CLIA Moderate Complexity Possibility of Interfacing with Data Innovations User friendly software that provides access to amplification curves within runs. Minimum of running at least 6-8 individual samples simultaneously (see Individual Facility Needs) Possibility to transmit data through a network connection Requires no user action beyond loading prepared test in instrument to achieve results. Software: All temperature settings, incubation times, etc., appropriate for each assay are pre-set in software and not changeable by the user. Contractor shall provide all necessary software/hardware (drivers) for the possibility of interfacing with Data Innovations. Shall provide supporting documentation required to maintain or improve the level of data retrieval, which may be used for epidemiology measures. Shall be capable of printing/displaying all internal QC/calibration(s). Shall be compatible with all barcode style formats. The contractor shall provide all upgrades to the equipment, hardware and operating system software, all-inclusive with established cost. An operator s manual shall be furnished with each model supplied. Electronic formats (e.g., on CD) are acceptable. Procedures shall be provided in accordance with Clinical and Laboratory Standards Institute (CLSI) format. A Service manual shall be furnished with each model supplied. Electric formats (e.g., on CD) are acceptable. Test Performance: All tests and procedures shall comply with and be FDA-approved and classified as CLIA Moderately Complex. Internal/external QC shall be acceptable 100-95% of the time. Total hands-on sample preparation time shall be less than five minutes. Testing turnaround time requirements: Approximately 1 hour Maintenance: With the exception of the manufacturer s recommended daily, weekly, or monthly user maintenance, the responsibility for maintaining the equipment furnished in complete operating condition shall be solely that of the contractor. Service Coverage: The contractor shall have unlimited onsite visits for repair services. The contractor shall provide on-site service Monday-Friday, 0800-1700. The contractor shall cover all costs for repair service and service parts. The contractor shall provide preventative maintenance service in accordance with manufacturer recommendations. The contractor shall provide 24 hours per day, seven days per week, telephone support for troubleshooting. The contractor shall respond to (acknowledge) emergency repairs within (24) hours. A service visit should be scheduled if technical support through phone is unable to resolve the problem. Safety: The Contractor shall immediately notify the Government of any changes in reagent kits composition, procedure modifications, recall notifications, equipment modifications, or any changes that will affect the performance of the test or procedure according to FDA regulations. Notifications shall be provided via electronic means as well as by postal mail with supporting documentation of the change and detailed guidance on implementation within twenty-four (24) hours of its application or according to FDA guidelines. Training: Upon installation, the contractor shall provide for an on-site Technical Support Specialist to assist in equipment installation/set-up, validation, correlation studies (evaluation/comparison data sufficient to satisfy CAP standards), staff training, and methodology problems and questions. The contractor shall provide on-site training (basic operating and maintenance) during installation or equipment updates, for test and procedures offered, and conduct instructional course(s) to meet operational objectives. In addition, the contractor shall provide handouts and training materials in sufficient quantity for each participant. These are off-the-shelf courses, and the contractor shall provide lesson plans, course materials, and media (DVD s, CDs, videos, etc. if required) for each procedure at no additional cost to the Government. Disclaimer: This Sources Sought notice is issued solely for market research purposes and does not constitute a solicitation. The Government will not pay for any information submitted in response to this notice. Participation in this Sources Sought does not guarantee inclusion in any future solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/6ab2e77b89654112b70014808153252e/view)
- Place of Performance
- Address: Department Of Veterans Affairs John D. Dingell VAMC 4646 John R. Street, Detroit 48201, USA
- Zip Code: 48201
- Country: USA
- Zip Code: 48201
- Record
- SN07679031-F 20260108/260106230037 (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 |