Department of Veterans Affairs
Network Contracting Office (NCO) 16
Request For Information (RFI)
DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI
1. Title: (Brand Name or equal) FILMARRAY TORCH SYSTEM BASE BOX - HTFA-ASY-for the Houston VAMC
2. Purpose: The purpose of this RFI is to identify potential sources which will aid in defining the procurement strategy (e.g., set-aside, sole source, unrestricted) for a solicitation the VA intends on issuing shortly for the following:
Model / Part Number
Item /Description of Supplies/Equipment
Qty
HTFA-ASY-0001
1 FILMARRAY TORCH SYSTEM BASE BOX - HTFA-ASY-0001
1 EA
CHTFA-ASY-0002
2 FILMARRAY TORCH DUPLEX MODULE BOX - HTFA-ASY-0002
3 EA
HTFA-ASY-0003 3
3 FILMARRAY TORCH MODULE BOX - HTFAASY-0003
8 EA
4706469
4 BIOFIRE TORCH BASE MFG WARRANTY
1 EA
4706471
5 BIOFIRE TORCH MFG WARRANTY
1 EA
The anticipated Small Business Administration (SBA) size standard for the North American Industry Classification System (NAICS) code __ 334516__ is __1,000 employees_.
STATEMENT OF WORK
SCOPE
Contractor shall furnish all materials, parts, equipment, tools, validation, and training for a Polymerase Chain Reaction (PCR) Testing System at the Michael E De Bakey VA Medical Center (MEDVAMC), 2002 Holcombe Blvd, Houston, Texas 77030. This will be a Name Brand, Make, Model and Manufacturer or equivalent technically acceptable instrument request. All equipment shall be brand new, and all work shall be done in a first-class manner. The contract price shall be firm-fixed, all-inclusive not limited to specified products/equipment, installation, setup/configuration, validation, and training on how to use the installed products/equipment.
MANUFACTURER INFORMATION (Buy America Information)
1) Biomerieux Biofire manufacturer of the Biofire Film Array System is located at 515 Colorow Drive, Salt Lake City, Utah 84108 USA
2) GenMark Diagnostics manufacture of the ePlex PCR System is located at 5964 La Place Court in Carlsbad, CA 92008.
3) Luminex (Verigene System), 12212 Technology Blvd, Suite 130, Austin, TX 78727
BACKGROUND
Polymerase chain reaction (PCR) is a Microbiology laboratory technique for rapidly producing (amplifying) millions to billions of copies of a specific segment of DNA, which can then be studied in greater detail. PCR is based on three simple steps required for any DNA synthesis reaction: (1) denaturation of the template into single strands; (2) annealing of primers to each original strand for new strand synthesis; and (3) extension of the new DNA strands from the primers. PCR testing is extremely valuable as it allows for detection of specific pathogens that are difficult to culture in vitro or require a long cultivation period. All of which allow Microbiology to yield an accurate timely laboratory result which enables earlier informed decision making by medical personnel for treatment planning.
REQUIREMENTS
The MEDVAMC requires a Multiplex Molecular Testing System (PCR) that will provide the ability to test for multiple bacterial, viral, and parasitic organisms found in patient samples and is pursuing a Name Brand, Make, Model and Manufacturer or equivalent technically acceptable instrument that meets the below requirements:
Minimum Salient Characteristics
Key Features:
LIS interface
Comprehensive multiplex testing
Random and continuous access
Fully automate with walkaway flexibility
Capable of less than 5-minute hands-on time
Remote alerts
Intuitive user interface capable of guiding workflows
Minimum of 8 test bays
Capable of 100 patient samples in a 24-hour period
Automated QC tracking with compliance and data management tools
Integrated data analytics
Closed system to minimize contamination
Specifications:
Must be within a range for Electrical voltage of 100 to 240 VAC (50/60 Hz)
Cannot exceed allocated space dimensions: (H x D x W) (150 cm x 110 cm x 125 cm)
Noise generation less than or equal to 70dBA
Minimum Required Test Panels
Respiratory Panel:
Adenovirus
Coronavirus (229E, HKU1, NL63, OC43)
Human Metapneumovirus
Human Rhinovirus/Enterovirus
SARS-CoV-2
Influenza A
Influenza A H1
Influenza A H1-2009
Influenza A H3
Influenza B
Parainfluenza 1
Parainfluenza 2
Parainfluenza 3
Parainfluenza 4
Respiratory Syncytial Virus A
Respiratory Syncytial Virus B
Bordetella species
Chlamydia pneumoniae
Mycoplasma pneumoniae
Blood Culture Panel:
BLOOD CULTURE GRAM POSITIVE:
Bacillus cereus group
Bacillus subtilis group
Corynebacterium
Cutibacterium acnes (Propionibacterium acnes)
Enterococcus
Enterococcus faecalis
Enterococcus faecium
Lactobacillus
Listeria
Listeria monocytogenes
Micrococcus
Staphylococcus
Staphylococcus aureus
Staphylococcus epidermidis
Staphylococcus lugdunensis
Streptococcus
Streptococcus agalactiae (GBS)
Streptococcus anginosus group
Streptococcus pneumoniae
Streptococcus pyogenes (GAS)
Resistance Genes: mecA, mecC, vanA, vanB
Pan Targets: Pan-Gram Negative,Pan Candida
BLOOD CULTURE GRAM NEGATIVE:
Acinetobacter baumannii
Bacteroides fragilis
Citrobacter
Cronobacter sakazakii
Enterobacter (non-cloacae complex)
Enterobacter cloacae complex
Escherichia coli
Fusobacterium nucleatum
Fusobacterium necrophorum
Haemophilus influenzae
Klebsiella oxytoca
Klebsiella pneumoniae group
Morganella morganii
Neisseria meningitidis
Proteus
Proteus mirabilis
Pseudomonas aeruginosa
Salmonella
Serratia
Serratia marcescens
Stenotrophomonas maltophilia
Resistance Genes: CTX-M, IMP, KPC, NDM, OXA (OXA-23 and OXA-48),VIM
Pan Targets: Pan-Gram Positive, Pan Candida
BLOOD CULTURE FUNGAL:
Candida albicans
Candida auris
Candida dubliniensis
Candida famata
Candida glabrata
Candida guilliermondii
Candida kefyr
Candida krusei
Candida lusitaniae
Candida parapsilosis
Candida tropicalis
Cryptococcus gattii
Cryptococcus neoformans
Fusarium
Rhodotorula
Gastrointestinal Pathogens Panel:
BACTERIA:
Campylobacter (C. jejuni / C. coli / C. upsaliensis)
Clostridioides (Clostridium) difficile (toxin A/B)
Plesiomonas shigelloides
Salmonella
Yersinia enterocolitica
Vibrio (V. parahaemolyticus / V. vulnificus / V. cholerae)
Vibrio cholerae
DIARRHEAGENIC ESCHERICHIA COLI/SHIGELLA:
Enteroaggregative E. coli (EAEC)
Enteropathogenic E. coli (EPEC)
Enterotoxigenic E. coli (ETEC) lt/st
Shiga-like toxin-producing E. coli (STEC) stx1/stx2
E. coli O157
Shigella/Enteroinvasive E. coli (EIEC)
PARASITES:
Cryptosporidium
Cyclospora cayetanensis
Entamoeba histolytica
Giardia lamblia
VIRUSES:
Adenovirus F40/41
Astrovirus
Norovirus GI/GII
Rotavirus A
Sapovirus (I, II, IV, and V)
Bone and Joint Panel:
GRAM-POSITIVE BACTERIA:
Anaerococcus prevotii/vaginalis
Clostridium perfringens
Cutibacterium avidum/granulosum
Enterococcus faecalis
Enterococcus faecium
Finegoldia magna
Parvimonas micra
Peptoniphilus
Peptostreptococcus anaerobius
Staphylococcus aureus
Staphylococcus lugdunensis
Streptococcus spp.
Streptococcus agalactiae
Streptococcus pneumoniae
Streptococcus pyogenes
GRAM-NEGATIVE BACTERIA:
Bacteroides fragilis
Citrobacter
Enterobacter cloacae complex
Escherichia coli
Haemophilus influenzae
Kingella kingae
Klebsiella aerogenes
Klebsiella pneumoniae group
Morganella morganii
Neisseria gonorrhoeae
Proteus spp.
Pseudomonas aeruginosa
Salmonella spp.
Serratia marcescens
YEAST:
Candida spp.
Candida albicans
ANTIMICROBIAL RESISTANCE GENES:
Carbapenemases
IMP
KPC
NDM
Oxa-48-like
VIM
ESBL
CTX-M
Methicillin Resistance
mecA/C and MREJ (MRSA)
Vancomycin Resistance
vanA/B
Meningitis Panel:
BACTERIA:
Escherichia coli K1
Haemophilus influenzae
Listeria monocytogenes
Neisseria meningitidis
Streptococcus agalactiae
Streptococcus pneumoniae
VIRUSES:
Cytomegalovirus (CMV)
Enterovirus (EV)
Herpes simplex virus 1 (HSV-1)
Herpes simplex virus 2 (HSV-2)
Human herpesvirus 6 (HHV-6)
Human parechovirus (HPeV)
Varicella zoster virus (VZV)
YEAST:
Cryptococcus (C. neoformans/C. gattii)
Pneumonia panel:
BACTERIA:
(Semi-Quantitative)
Acinetobacter calcoaceticus-baumannii
complex
Enterobacter cloacae complex
Escherichia coli
Haemophilus influenzae
Klebsiella aerogenes
Klebsiella oxytoca
Klebsiella pneumoniae group
Moraxella catarrhalis
Proteus spp.
Pseudomonas aeruginosa
Serratia marcescens
Staphylococcus aureus
Streptococcus agalactiae
Streptococcus pneumoniae
Streptococcus pyogenes
ATYPICAL BACTERIA:
(Qualitative)
Chlamydia pneumoniae
Legionella pneumophila
Mycoplasma pneumoniae
VIRUSES:
Adenovirus
Coronavirus
Human metapneumovirus
Human rhinovirus/enterovirus
Influenza A virus
Influenza B virus
Parainfluenza virus
Respiratory syncytial virus
ANTIMICROBIAL RESISTANCE GENES:
Carbapenemases:
IMP
KPC
NDM
OXA-48-like
VIM
ESBL:
CTX-M
Methicillin resistance:
 mecA/C and MREJ (MRSA)
DELIVERY REQUIREMENTS:
Monday through Friday between 0730 & 1600.
Deliver to:
Department of Veteran Affairs
Michael E DeBakey VA Medical Center
Building 100, Microbiology Room # 3A-1302002
2002 Holcombe Blvd,
Houston, Texas 77030
Security Requirements
The C&A requirements do not apply and a Security Accreditation Package is not required.
3. Specific Tasks.
None.
4. Training
No training is required.
5. Delivery
The vendor shall provide these items during normal business hours and on a non-federal holiday at the following address:
6. Responses Requested: The following questions must be answered in response to this RFI.
Answers that are not provided shall be considered non-responsive to the RFI:
a. Where are the requested items/equipment manufactured?
Vendor must attach documentation of this information to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice
b. Are the requested items/equipment manufactured by a Small or Large business? Is the potential vendor in compliance with the Non-Manufacturer Rule (NMR)?
Vendor must attach documentation of this to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice
c. Is the Vendor an authorized distributor with access to Original Equipment Manufacturer (OEM) parts which may be required in performance of this requirement?
The VA does not accept grey market items and therefore the Vendor must attach evidence of this access (Authorized Distributor letter) to be viewed by the government to be considered as part of the Market Research and responsiveness to this Sources Sought notice.
d. Name of potential Contractor that possess the capability to fulfill this requirement. Contractors shall also provide the following:
Point(s) of contact name: _______________________________________________
Address: ___________________________________________________
Telephone number: ___________________________________________
Email address: _______________________________________________
Company's business size: ________________________________________________
Data Universal Numbering System (DUNS) #: _______________________________
e. Is your company considered a small business concern, SB, SDVOSB, VOSB, HUBZone, or 8A concern, with the requisite __________________ NAICS code?
Please provide proof of qualifications.
f. Is your company available under any Government Wide Agency Contract (GWAC), General
Services Administration (GSA) Schedule, Indefinite Delivery Indefinite Quantity (IDIQ), and/or
Blanket Purchase Agreement (BPA)?
If so, please identify the contract number for the Government to review as part of this Market Research.
7. Opportunity/Market Pricing: The Houston VA Medical Center is seeking information from potential vendors on their ability to provide the required items/equipment. THIS IS A SOURCES SOUGHT REQUEST FOR INFORMATION (RFI) ONLY. Small Business Concerns are encouraged to provide responses to this RFI in order to assist the Houston VAMC in determining potential levels of competition and general market pricing available in the industry. Therefore, vendors are requested to submit estimated market research pricing along with their responses to the above. The estimated pricing will be considered when determining the procurement strategy for the forthcoming solicitation.
8. Instructions and Response Guidelines: Questions regarding this RFI shall be submitted no later than 1:00pm (CST), Friday, March 31, 2023 via email to latonya.mack@va.gov
RFI responses are due by 11:00am (CST), Thursday, April 5, 2023; size is limited to 8.5 x 11 inches, 12-point font, with 1-inch margins in Microsoft Word format via email to latonya.mack@va.gov. The subject line shall read: NO SOLICITATION EXISTS AT THIS TIME. There is no page limitation on subparagraphs 3(a) - 3(f).
Please provide the information you deem relevant in order to respond to the specific inquiries of the RFI. Information provided will be used solely by the Houston VAMC as Market Research and will not be released outside of the Network Contracting Office (NCO) 16.
9. Contact Information:
LaTonya G Mack
LaTonya.Mack@va.gov
Your response to this notice is greatly appreciated!