The RFP Database
New business relationships start here

36C255-19-AP-2764 KC- Cassette Labeler Histology (VA-19-00101216) 589-20-2-1614-0006


Kansas, United States
Government : Federal
RFI
Go to the link
This document has expired, therefore the above link may no longer work.

THIS REQUEST FOR INFORMATION (RFI)/SOURCES SOUGHT

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. 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.

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 Part 15.201(e).

SOURCES SOUGHT DESCRIPTION

This is NOT a solicitation announcement. This is a RFI/sources sought only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 334510 (size standard of 1250 Employees). 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 15 Network Contracting Office, is seeking sources that can provide the following, or brand name equal, microtome instrument and requested consumables on a lease basis:


This is a Name Brand or Equal to the Printmate AS 450 Cassette Printer requirement.


Required specifications:
Must have six cassette hoppers
Ability to print barcodes on-demand for tracking to support reduction errors through automation and traceability
Permanent Ink-Jet printing that is chemical resistant
2D Data Matrix barcode feature
Barcode Reader
Includes computer software and PC unit
Small footprint, not to exceed 18 W x 34 H x 16 L. The 34 inches in height includes the cassette tubes.
On-site training of histology staff upon completion of installation.
At least one copy of the Operator s manual and technical service manual
Print head replacements (at least 2) and preventive maintenance must be included
Service package that includes:
At least two Preventive Maintenance visits per year.
Print head replacement twice per year.
Must accept standard size cassettes

Delivery and Installation
Contractor shall deliver all equipment to the Kansas City VA Medical Center Pathology and Laboratory Medicine Service, Anatomic Pathology Section, room M1.488 at 4801 Linwood Blvd, Kansas City, Mo 64128.
Vendor shall install the equipment.
Package items to prevent damage or deterioration during shipment, handling, storage and installation.


The information identified above are 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, or brand name equal.

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:

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.)?


Is your company considered small under the NAICS code identified under this RFI?



Are you the manufacturer, distributor, or an equivalent solution to the items being referenced above?



If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified?



Does your company have an FSS contract with GSA, VA NAC, NASA SEWP, or any other federal contract, that can be utilized to procure the requirement listed above? If so, please provide the contract number.




Please submit your capabilities that show clear, compelling, and convincing evidence that you can meet the requirement described in the attached SOW.



Please provide your DUNS number.


Responses to this notice shall be submitted via email to Philip Bouffard at Philip.bouffard@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Monday, October 11, 2018 at 0800 PDT. 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 sources sought. Responses to this sources sought notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation

Timothy Scarborough
timothy.scarborough@va.gov
913-946-1982

timothy.scarborough@va.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP