REQUEST FOR INFORMATION / SOURCES SOUGHT INQUIRY
The Department of Veterans Affairs Network Contracting Office (NCO) 19, Rocky Mountain Acquisition Center (RMAC) is seeking information and sources that can provide Rocky Mountain Regional VA Medical Center (RMRVAMC) with a Cost Per Reportable Result (CPRR) immunology/infectious disease testing system.
Contractor shall list and provide all the necessary instruments, computers, hardware, software, interface connections, reagents, supplies, consumables, quality control and calibration materials to perform immunology/infection disease testing at RMRVAMC. This contract shall also cover the delivery and installation of the instruments, the validation/verification process, and the training of laboratory personnel. The instrument must be a walk-away , automated system and be compatible and interfaced with VISTA. The interfaced must be bi-directional.
The NAICS code is 325413 Microbiology, virology, and serology in-vitro diagnostic substances manufacturing.
Contractor shall be able to supply the following types of testing:
Hepatitis A IgM Antibody
Hepatitis A IgG Antibody
Hepatitis B Surface Antigen
Hepatitis B Core Total (IgG and IgM) Antibodies
Hepatitis B Surface Antibody Screen
Hepatitis B Core IgM Antibody
Hepatitis C Antibody IgG and IgM Antibody Screen
HIV 4th Generation Ag/Ab combo test
Syphilis Anti Treponema Pallidum TgG and IgM antibodies
Definitions:
Cost Per Reportable Result (CPRR): Monthly invoicing is based on the number of reported patient test results conducted by the laboratory and submitted to the contractor for billing. This all-inclusive cost per patient reportable result pricing model covers the furnishing of all services* and supplies*, including all costs associated with dilutions, repeats, and confirmatory testing practices required to produce a single patient reportable result.
The information submitted shall contain the company s business size status. This is a request for information and sources only, which may or may not lead to a future solicitation! This is not a request for proposal (RFP). No questions will be answered. The VA will not pay for any information received resulting from this sources sought notice. Requests for copies of a solicitation shall not be honored or acknowledged. Information should be forwarded to the Contracting Officer. If your organization can provide the system and is interested in this opportunity, please respond to Michael Folsom, Contract Specialist, via e-mail at michael.folsom@va.gov and NCO19lab@va.gov with a statement describing your capabilities. The capability statement shall include a point of contact, complete mailing address, telephone number, email address and state the company s business size status. The deadline for this information is 9 AM Central Time, August 26, 2024.
In response to this announcement, please provide the information below:
Company Name:
Address:
UEI (Unique Entity ID) Number:
Contact Name:
Phone No.:
Email:
Business Size Information - Select all that applies:
Small Business
Emerging Small Business
Small Disadvantaged Business
Certified under Section 8(a) of the Small Business Act
HUBZone
Woman Owned
Certified Service-Disabled Veteran Owned Small
Veteran Owned Small Business
Large Business
FSS/GSA Contract Holder:
Yes No
FSS/GSA Contract Number:
Effective Date/ Expiration Date:
Proposed solution is listed and available on the above FSS/GSA Contract:
Yes No
Available pricing structure of proposed solution (select all that are applicable below):
Pricing Model
Please Indicate Availability Below: (Yes / No / NA)
All on FSS
Open Market only
Mix of FSS & Open Market
(CPRR) Cost Per Reportable Result
Cost Per Test(CPT)
Reagent Rental Agreement
Equipment Rental with Reagent Purchase
Fixed Monthly Charge
Other: (Please explain)
Federal Acquisition Regulation (FAR) Market Rearch Questions:
Buy American Act (FAR 52.225) What percentage of the proposed product (including leases) is a:
Domestic end product? _____________ (%)
Foreign end product? _______________ (%)
Questions for Small Businesses ONLY:
Limitations on Subcontracting (FAR 52.219-14) What percentage of the work would be subcontracted to another company? ________ If > 0, what is company s business size: __________
If subcontracting, what added value do you offer (FAR 52.215-23): _______________________________
Nonmanufacturer Rule (FAR 52.219-33):
Does your company manufacturer these proposed items? [Â ] yes [Â ] no
Does your company exceed 500 employees? [Â ] yes [Â ] no If yes, list # of employees: _________
Does your company primarily engaged in the retail or wholesale trade and normally sells the type of item being supplied? [Â ] yes [Â ] no
Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? [Â ] yes [Â ] no
Does your company supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [Â ] yes [Â ] no If yes, what is the manufacturer s name? ________________