Sources Sought Notice
Sources Sought Notice
Sources Sought Notice
*= Required Field
Sources Sought Notice
1.0 DESCRIPTION
The Veterans Health Administration (VHA) Non-Expendable Equipment National Program has identified the Cryostat Microtomes product line as a candidate for a VA-wide (otherwise referred to as national ) multiple award Blanket Purchase Agreement (BPA).
The Department of Veterans Affairs (DVA) Office of Procurement, Acquisition and Logistics (OPAL) Strategic Acquisition Center (SAC) on behalf of VHA is issuing this Request for Information (RFI) in accordance with the FAR 10.002(b)(2) to determine the availability and technical capabilities of qualified sources. The period of performance is for a 60-month ordering period from the date of award.
The SAC in conjunction with VHA is seeking a qualified sources to manufacturer Cryostat Microtomes on an agency wide basis. VA intends to award a multiple award BPA with Firm-Fixed Price (FFP) orders IAW FAR 13.303, Blanket Purchase Agreement (BPA) to suppliers of this equipment. Vendors will be required to deliver Cryostat Microtomes to VA medical centers and facilities throughout the United States.
The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing and the associated size standard is 1,000 employees. The FAR Provision found at 52.204-7(b)(1) requires that All interested Offerors must be registered in SAM prior to submitting an offer or quotation. You may access the SAM website at SAM.gov | Home. All offerors must be certified as with the appropriate NAICS code on the SAM website. All SDVOSB/VOSB offerors must be verified in the SBA database at https://veterans.certify.sba.gov/#search at the time of quote submission.
This notice is for planning purpose only and does not constitute a commitment on the part of the Government to award a BPA, nor does the Government intend to pay for any information submitted as a result of this notice. This Sources Sought Notice is part of a continuous process for obtaining the latest information on the commercial status of the industry with respect to their current and near-term abilities. The information provided herein is subject to change and in no way binds the Government to solicit for, or award, a competitive contract. It is emphasized that this is a notice solely for planning and informational purposes.
2.0 SCOPE
Cryostat microtomes section frozen tissue specimens for histopathologic analysis. They consist of a microtome contained in a temperature-controlled stainless-steel cabinet called a cryostat (although the entire microtome/cabinet system is also referred to as a cryostat). Using frozen sections for microscopic examination shortens the tissue preparation process and makes more rapid surgical diagnoses possible. In addition, cellular components such as lipids and most enzymes remain intact within cells when they are rapidly frozen. These components can then be visualized using specific staining techniques. Although nonfrozen sectioning preserves the major cellular components, tissue preparation involves the addition of chemicals that may alter certain cellular structures.
The following line items comprise the Cryostat Microtomes product line:
CLIN #
DESCRIPTION
YEAR ONE
YEAR TWO
YEAR THREE
YEAR FOUR
YEAR FIVE
0001
Cryostat Microtomes
20
20
20
20
20
Vendors who propose brands that meet all the minimum technical requirements (MTRs) below, should provide that information in the chart below in their response to this Sources Sought Notice.
MANUFACTURERS
PART NUMBERS
DESCRIPTION
YEAR ONE
YEAR TWO
YEAR THREE
YEAR FOUR
YEAR FIVE
20
20
20
20
20
The Department of Veterans Affairs (VA) is seeking vendors who can provide Cryostat Microtomes identified above which meet all the following minimum technical requirements (MTRs). Vendors are encouraged to provide any product solution or configuration so long as they meet the MTRs. Additionally, vendors responses can include any additional product that may be beneficial. These items must be clearly identified by brand name and part number.
For each product the response must include descriptive literature demonstrating the product meets or exceeds the MTRs specified above. The Government's intent is to include all ancillary items to ensure the equipment can function as designed by the OEM and as clinically required.
MTR #
MINIMUM TECHNICAL REQUIREMENTS
(MTRS)
METHOD OF EVALUATION
VENDOR S PROVIDE PAGE # WHERE EACH MTR IS MET IN YOUR TECHNICAL LITERATURE
MTR 1
Able to accommodate Cutting Range, µm 2-60
Literature Review
MTR 2
Has knife guard
Literature Review
MTR 3
Automatic defrost
Literature Review
MTR 4
Has anti-roll device
Literature Review
MTR 5
Temperature less than or equal to -35 °C
Literature Review
MTR 6
Fluorescent or LED Illumination
Literature Review
MTR 7
POWER: VAC 100-240/Hz 50/60
Literature Review
Responses to this Sources Sought Notice shall include the following:
Full name and address of company
DUNS number/ CAGE Code/ SAM UIE
Business Size
Manufacturer or Distributor
If distributor provide full name, business size and address of manufacturer.
Country of Origin designation for all products.
Ability to provide uninterrupted supply of products on a national scale.
Technical Literature that clearly shows product(s) meet the identified salient characteristics and page numbers where each salient characteristic is met.
Any additional product solution or configuration that would be beneficial to the clinical functionality of the product line identified.
Although not required, vendors responding to this Sources Sought may also submit a Capabilities Statement.