West Virginia Bids > Bid Detail

6640--Slider Stainer

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159418097341170
Posted Date: May 12, 2023
Due Date: May 18, 2023
Solicitation No: 36C24523Q0638
Source: https://sam.gov/opp/f338404c2b...
Follow
6640--Slider Stainer
Active
Contract Opportunity
Notice ID
36C24523Q0638
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
245-NETWORK CONTRACT OFFICE 5 (36C245)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: May 12, 2023 11:35 am EDT
  • Original Response Date: May 18, 2023 12:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 28, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Louis A Johnson VA Medical Center Clarksburg , WV 26301
    USA
Description
Sources Sought Notice

Sources Sought Notice

Page 7 of 7
Sources Sought Notice
*= Required Field
Sources Sought Notice

Page 1 of 7
Responses must be received no later than Thursday, May 18, 2023 at 12:00PM EST.
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
THE SUBMISSION OF PRICING, CAPABILITIES FOR PLANNING PURPOSES, AND OTHER MARKET INFORMATION IS HIGHLY ENCOURAGED AND ALLOWED UNDER THIS RFI IN ACCORDANCE WITH (IAW) FAR 15.201(e).
DISCLAIMER: This RFI is issued solely for information and planning purposes only 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.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334516. Responses to this sources sought will be used by the Government to make appropriate acquisition decisions. After review of the responses to this sources sought, a solicitation announcement may be published. Responses to this sources sought synopsis are not considered adequate responses for a solicitation announcement.
The Department of Veterans Affairs (VA), VISN 5 Network Contracting Office, is seeking sources that can provide Slider Stainer for the Louis A Johnson VAMC, Clarksburg, WV.
ITEM INFORMATION
ITEM NUMBER
DESCRIPTION OF SUPPLIES/SERVICES
QUANTITY
UNIT
UNIT PRICE
AMOUNT
0001

1.00
EA
__________________
__________________

BENCHMARK SPECIAL STAINER EIL: 160, CSN:6640-433127, NXR-STANDARD-LAB-SLIDE STAINER EE20590 SN: 5110542

Louis A. Johnson VAMC
Clarksburg, WV 26301

STATEMENT OF WORK AND GENERAL SPECIFICATIONS FOR SPECIAL STAINER

1. BACKGROUND:

The Louis A. Johnson VAMC and Laboratory Medicine Service (PLMS) is seeking a special staining system for the Pathology laboratory. The special stainer must have the ability to run any test next to any other test. Bulk and waste fluid sensing which improves turnaround time and optimizes workflow. The ability to use ready to use reagents to decrease technician risk to harmful chemicals.

2. PROJECT SCOPE:

The special stainer must be fully automated, including baking, deparaffinization and staining of slides with ready to use reagents. It must hold 1 20 slides with an independent temperature control for each position. The special stainer needs to be operated with one computer. It needs to be free standing in order to fit the current space of the histology work room.
Â

3. SPECIFICATIONS:

Mandatory Requirements

Instrumentation
The new special stainer must be fully automated, with the ability to run any test next to any other test.
Footprint 40.9 cm x 66 cm x 38.4 cm(16.1 in x 26 in x 15.1 in) allows the stainer to fit in the space needed in the histology work room.
Low operating costs.
Ready to use reagents
Routine maintenance totals less than 1 hour per month.
Voltage 120 VAC ± 10% .
Power connection Standard 3-prong grounded
Dedicated telephone technical support available during normal business hours.
Bulk fluid and waste capacities designed to support a minimum of three full runs
Bulk and waste fluid sensing
Barcoded slide label printer

Software/Interface: Software provided by vendor. The stainer will not be interfaced with the hospital computer network.
Installation:
On-site installation by vendor.





Service and PM
One-year warranty with service contract available after one year.

Training/Procedures
On-site training by vendor.








4. DELIVERY LOCATION:
Louis A. Johnson VAMC
1 Medical Center Drive
Clarksburg, WV 26301
Room 2236

The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications. If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as the information indicated below.
If you are interested and are capable of providing the sought-out supplies/services, please provide the requested information as well as 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) 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.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes?
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to Michael.Jones16@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Thursday, May 18, 2023, 12:00PM EST. If a solicitation is issued it shall be announced at a later date, and all interested parties must respond to that solicitation announcement separately from the responses to this request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Attachments/Links
Contact Information
Contracting Office Address
  • 8849 International Drive Suite 215
  • LINTHICUM , MD 21090
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • May 12, 2023 11:35 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >