Q301--FLOW CYTOMETRY REAGENTS & SERVICES "BRAND NAME OR EQUAL TO BECTON DICKSON & CO (BD) IAW STATEMENT OF WORK WASHINGTON DC VA MEDICAL CENTER

expired opportunity(Expired)
From: Federal Government(Federal)
36C24522Q0541

Basic Details

started - 29 Apr, 2022 (about 2 years ago)

Start Date

29 Apr, 2022 (about 2 years ago)
due - 05 May, 2022 (about 2 years ago)

Due Date

05 May, 2022 (about 2 years ago)
Bid Notification

Type

Bid Notification
36C24522Q0541

Identifier

36C24522Q0541
VETERANS AFFAIRS, DEPARTMENT OF

Customer / Agency

VETERANS AFFAIRS, DEPARTMENT OF (103303)VETERANS AFFAIRS, DEPARTMENT OF (103303)245-NETWORK CONTRACT OFFICE 5 (36C245) (3165)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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). SEE ATTACHMENT FOR DETAILS: MUST BE BRAND NAME OR EQUAL TO BECTON DICKINSON (BD) This is a requirement for: U.S. Department of Veterans Affairs Washington DC VA Medical Center (VAMC). DESCRIPTION: The Washington DC VAMC requires the contractor to deliver within 30 calendar days from contract award to the VA medical facility warehouse below during normal business hours from 8:00 a.m. to 3:30 p.m. (EST), Monday through Friday: Delivery to: U.S. Department of Veterans Affairs Washington DC VA Medical Center WAREHOUSE 50 Irving Street NW Washington DC 20422 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. Note: The contractor shall deliver required commodities (Please see attachments) no later than 60 calendar days or less from date of award, unless otherwise directed by the Contracting Officer (CO). Commodities shall not be delivered to the Government site on Federal holidays or weekends unless directed by the CO. Delivery shall be made between the hours of 8:00 am and 3:30 pm of the delivery location, during normal workday business hours. The U.S. Government is Performing Market Research to identify responsible sources who have the skills, experience, and knowledge required to successfully meet the requirements. Information received from Market Research will determine the best acquisition strategy and if responsible sources exist for competition, and/or a total Small Business Set-Aside. This is only for Market Research but may result in an invitation to an open discussion with the U.S. Government. This notice is not to be construed as a commitment by the U.S. Government. All information is to be submitted at no cost or obligation to the U.S. Government. Any information submitted by respondents to this notice is strictly voluntary. Propriety information or trade secrets should be clearly marked. Information received will not be returned. The U.S. Government reserves the right to reject, in whole or in part, any private sector input as a result of this Sources Sought notice/market survey. The U.S. Government is not obligated to notify respondents of the results of this notice. All responses to this Sources Sought must be submitted to the point of contact listed herein. This does not constitute a commitment, implied or otherwise, that procurement will be accomplished and is not a request for proposal or invitation for bid. Responding to this notice in no manner guarantees a contract will be awarded. **Respondents to this source sought announcement capable of manufacturing these items should at a minimum provide the following information for U.S. Government review** Legal Business/Company Name (as it is indicated in www.sam.gov) Must provide a Unique Entity ID UEI (SAM) and DUNS Number Contract Number. Warranty Information (Can be a separate attachment) Point of Contact Name Telephone number and email address. Must provide an Authorized Distributor letter if you, not the manufacturer. Must provide Manufacture Name (OEM) & Manufacturer Part # (MPN). Must identified each line items are on the GSA Contract or SAM.GOV (Open Market). The Government intends to award a Firm-Fixed Price (FFP) contract for this purchase. To be considered for award, prospective quoters must be registered with the System for Award Management (SAM) website and complete representations and certifications at https://www.sam.gov . Prospective awardees MUST be registered with the System for Award Management (SAM) at http://www.sam.gov. PRIOR TO AWARD and through final payment and must complete the Online Representations and Certifications Application (ORCA) at http://www.sam.gov prior to award and through final payment. CONTRACT WILL NOT BE AWARDED UNTIL SAM REGISTRATION HAS BEEN COMPLETED. SDVOSB and VOSB socio-economic categories MUST be registered within the Vendor Information Pages (VIP) and the Verification Case Management System (VCMS) via www.vip.vetbiz.gov (VetBiz.Gov) PRIOR TO AWARD if selected. Responses to this notice shall be submitted via email: Mohsin.Abbas2@va.gov . Telephone responses shall not be accepted. Responses must be received no later than Thursday, May 05, 2022, by 3:00 PM EST. Responses to this Sources Sought notice will be utilized by the Government to make appropriate acquisition decisions. After review of the responses to this Sources Sought notice, a solicitation announcement may or may not be published in FedBizOpps (FBO) or GSA eBuy. Attachment 1: GRAY MARKET PREVENTION LANGUAGE: A.1 VAAR 852.212-71 GRAY MARKET ITEMS (APR 2020) (a) No gray market or remanufactured items will be acceptable. Gray market items are Original Equipment Manufacturers (OEM) goods sold through unauthorized channels in direct competition with authorized distributors. This procurement is for new OEM medical equipment only for VA medical facilities. (b) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) A.2 VAAR 852.212-72 GRAY MARKET AND COUNTERFEIT ITEMS (MAR 2020) (a) No used, refurbished, or remanufactured supplies or equipment/parts shall be provided. This procurement is for new Original Equipment Manufacturer (OEM) items only. No gray market items shall be provided. Gray market items are OEM goods intentionally or unintentionally sold outside an authorized sales territory or sold by non-authorized dealers in an authorized sales territory. (b) No counterfeit supplies or equipment/parts shall be provided. Counterfeit items include unlawful or unauthorized reproductions, substitutions, or alterations that have been mismarked, misidentified, or otherwise misrepresented to be an authentic, unmodified item from the original manufacturer, or a source with the express written authority of the original manufacturer or current design activity, including an authorized aftermarket manufacturer. Unlawful or unauthorized substitutions include used items represented as new, or the false identification of grade, serial number, lot number, date code, or performance characteristics. (c) Vendor shall be an OEM, authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system, verified by an authorization letter or other documents from the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. (End of Clause) STATEMENT OF WORK DEPARTMENT OF VETERANS AFFAIRS FLOW CYTOMETRY REAGENTS AND SERVICE DESCRIPTION: The Contractor shall provide all reagents and consumables for performing routine flow cytometry assays and maintenance service of a flow cytometer for The Department of Veterans Affairs Medical Center in Washington DC (VAMCDC), 50 Irving St. NW Washington DC 20422, for 1 base year and 4 option years. PERIOD OF PERFORMANCE: One Base year with the possibility of four one-year option periods: Base Year: 1 June 2022 - 31 May 2023 1st Option Period 1 June 2023 - 31 May 2024 2nd Option Period 1 June 2024 - 31 May 2025 3rd Option Period 1 June 2025 - 31 May 2026 4th Option Period 1 June 2026 - 31 May 2027 PLACE OF PERFORMANCE: Department of Veterans Affairs Medical Center, Pathology & Laboratory Medicine, Flow Cytometry (GB-138), 50 Irving St. NW Washington DC 20422. DAYS AND HOURS OF OPERATION: Monday - Friday, 8 hours a day (6:30 am 3:00 pm EST) VA OWNED EQUIPMENT: One FACSCanto II flow cytometer (SN: V96100771) with automated loader (SN: F06500621). The cytometer comes fully equipped with computer (with necessary software), monitor, and report printer all owned by the Department of Veterans Affairs Medical Center in Washington DC (VAMC DC), 50 Irving St. NW Washington DC 20422. Equipment Description: Manufacturer BD Biosciences Model # - FACSCanto II with automated loader SN V96100771 (FACSCanto II SN - F06500621 (automated loader) PERFORMANCE REQUIREMENTS: The Contractor shall provide a full range of flow cytometry assays, brand name or equal to Becton Dickenson FACSCanto II compatible (refer to appendix) on a flow cytometer in the Infectious Diseases Laboratory (GE-231), assigned to The Pathology & Laboratory Medicine Services, VAMC Washington DC. SPECIFICATIONS FOR REAGENTS/CONSUMMABLES (See Appendix): Saliant features that are minimum technically required Vendor must be able to provide reagents FDA- approved for CD4 count testing using the FACSCanto II flow cytometer as well as all the reagents listed on appendix. Vendor must be able to provide calibration material that automatically determines the detector voltages and corrects for spectral overlap in conjunction with the standard 2-laser, 6-color FACSCanto II, clinical software, and 4-color reagents needed to delineate CD4 cells. Vendor must be able to provide calibration material that automatically determines optimal cytometer settings, checks and tracks the daily performance of the cytometer and automatically sets compensation for 6-color setup so that distinct positive and negative leukemic cell populations can be readily distinguished. SPECIFICATIONS FOR MAINTENANCE SERVICE Coverage includes the BD FACSCanto with two lasers, one loader and one computer workstation (excluding printer) and all parts (excluding consumable items), labor and travel expenses for the following: 2 Preventive Maintenance Inspections to be performed during a twelve-month period, including 2 PM Kits. 24-hour guaranteed response to a request for emergency on-site service Monday - Friday. Software revisions released during the agreement term. Unlimited service visits, Monday-Friday, excluding BD Biosciences holidays. Unlimited telephone support for instruments, reagents and applications shall be provided at no additional charge. Contractor shall provide all parts and labor to repair non-operational equipment. Contractor shall ensure equipment operates according to the manufacturer s recommendations. CONTRACT PERFORMANCE MONITORING: The government reserves the right to monitor services and performance of instruments in accordance with the standards set forth by CLIA, the College of American Pathology and the Joint Commission. The Contracting Officer Representative (COR) is assigned to manage the contract. The COR and/or an authorized representative will be the direct point of contact for the contractor. Only the COR (or his/her authorized representative) has the authority to make requests of the vendor within the scope of the contract during the course of the contract. In exercising our right to continue/discontinue with the 4 option years, the contractor will be evaluated on its performance based on, but not limited to the following: Is contractor able to provide the requested reagents and in a timely manner Are reagents delivered within 24 hours of shipment Do reagents react appropriately with the controls Are service (preventive and emergency) handled efficiently and competently Does the customer service/technical service hot line offer the necessary support to resolve immediate questions/problems Are technical specialists readily available to provide additional support/in-house training as needed INVOICES: Payment will be made upon receipt of a properly prepared detailed invoice, prepared by the Contractor, validated by the Contracting Officer's Representative (COR), and submitted to VA FSC, P. 0. BOX 149971, Austin TX 78714 or faxed to the Austin Processing Center at 512-460-5540. A properly prepared invoice will contain: Invoice Number and Date Contractor's Name and Address Accurate Purchase Order Number Supply or Service provided Total amount due BRAND NAME OR EQUAL TO BECTON DICKINSON FACSCANTO II COMPATIBLE: Appendix Line No. REAGENT CAT# QUANTITY 1 Multitest CD3/CD8/CD45/CD4 340499 28 2 7-color Setup Beads 25/kit 335775 4 3 BD FACSClean 340345 4 4 BD FACSShutdown Solution 334224 1 5 BD FACSFlow Sheath Fluid 342003 20 6 Vented Waste Caps 33885407 1 7 BD FACS Lysing Solution 349202 2 8 IGG1 FITC 340755 2 9 IGG1 PE 340761 2 10 IGG1 APC 340754 4 11 IGG1 PERCP-CY5.5 347212 0 12 IGG1 PE-CY7 348798 0 13 CD2 PE 340701 1 14 CD2 PE-CY7 335804 0 15 CD2 APC 341023 2 16 CD3 PE 340662 1 17 CD3 PERCP-CY5.5 340948 0 18 CD3 PE-CY7 341101 0 19 CD3 APC 340661 2 20 CD4 PE 340670 1 21 CD5 FITC 340696 1 22 CD5 PERCP-CY5.5 341099 0 23 CD5 APC 340658 1 24 CD7 FITC 340738 1 25 CD7 PE 340656 1 26 CD8 FITC 340692 1 27 CD8 PERCP-CY5.5 341049 0 28 CD10 PE 340920 1 29 CD10 PE-CY7 341102 0 30 CD11C PE 340713 1 31 CD13 PE 340686 1 32 CD13 PE-CY7 338432 0 33 CD14 FITC 340682 1 34 CD14 APC 340684 0 35 CD16 FITC 340704 1 36 CD16 PE 340705 0 37 CD19 PE 340720 3 38 CD19 APC 340722 2 39 CD19 PERCP-CY5.5 340950 0 40 CD20 FITC 340673 1 41 CD20 PE 346581 0 42 CD20 APC 340940 3 43 CD20 PERCP-CY5.5 340954 0 44 CD22 FITC 340707 1 45 CD22 APC 340932 2 46 CD23 PE 341008 0 47 CD23 APC 340934 1 48 CD25 PE 341010 1 49 CD25 APC 340938 0 50 CD33 APC 340680 2 51 CD33 PERCP-CY5.5 341640 0 52 CD34 FITC 340668 1 53 CD34 PE 340669 0 54 CD34 APC 340667 2 55 CD34 PE-CY7 348801 0 56 CD36 PE 555455 1 57 CD38 PE 340676 1 58 CD38 APC 340677 2 59 CD38 PE-CY7 335808 0 60 CD41A PERCP-CY5.5 340930 0 61 CD43 FITC 555475 0 62 CD43 PE 560199 0 63 CD45 PERCP 340665 4 64 CD45 APC-H7 641408 0 65 CD56 APC 341026 2 66 CD56 PE-CY7 335809 0 67 CD57 FITC 340706 1 68 CD61 FITC 340715 1 69 CD64 FITC 555527 0 70 CD71 FITC 340717 1 71 CD79A PERCP-CY5.5 341633 0 72 CD103 FITC 340944 2 73 CD117 PE 340867 1 74 CD117 PERCP-CY5.5 333947 0 75 FMC-7 FITC 340918 3 76 GLYCOPHORIN A PE 340946 1 77 HLA-DR PE 340689 1 78 HLA-DR APC 340691 0 79 KAPPA PE 346587 3 80 LAMBDA FITC 346586 3 81 MYELOPEROXIDASE PE 341632 1 82 TCR ALPHA/BETA FITC 340883 1 83 TCR GAMMA/DELTA PE 340887 1 84 BD PHARMLYSE 10X 555899 4 85 CS&T BEADS 642412 1 LINE-ITEM DESCRIPTION FLOW CYTOMETRY REAGENTS & SERVICES BRAND NAME OR EQUAL TO BECTON, DICKINSON & CO (BD) ITEM NO. DESCRIPTION QUANTITY UNIT COST ----------------------------------------------------------------------------- COST PER TEST: 0001 Reagents and maintenance contract. 12 YR BRAND NAME OR EQUAL TO BD CONTRACT TYPE: FIRM-FIXED PRICE BASE YEAR: 06/01/2022 - 05/31/2023 1001 Reagents and maintenance contract. 12 YR BRAND NAME OR EQUAL TO BD CONTRACT TYPE: FIRM-FIXED PRICE OY (1): 06/01/2023 - 05/31/2024 2001 Reagents and maintenance contract. 12 YR BRAND NAME OR EQUAL TO BD CONTRACT TYPE: FIRM-FIXED PRICE OY (2): 06/01/2024 - 05/31/2025 3001 Reagents and maintenance contract. 12 YR BRAND NAME OR EQUAL TO BD CONTRACT TYPE: FIRM-FIXED PRICE OY (3): 06/01/2025 - 05/31/2026 4001 Reagents and maintenance contract. 12 YR BRAND NAME OR EQUAL TO BD CONTRACT TYPE: FIRM-FIXED PRICE OY (4): 06/01/2026 - 05/31/2027 TOTAL COST:

U.S. Department of Veterans Affairs Washington DC VA Medical Center  ,
  20422  USALocation

Place Of Performance : U.S. Department of Veterans Affairs Washington DC VA Medical Center

Country : United StatesState : District of ColumbiaCity : Washington

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode Q301Laboratory Testing Services