Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2003 FBO #0475
SOURCES SOUGHT

75 -- Laboratory Labels

Notice Date
3/18/2003
 
Notice Type
Sources Sought
 
Contracting Office
Attn: Department of Veterans Affairs National Acquisition Center, (= 049A1), P.O. Box 76, Building No. 37, Hines, Illinois 60141
 
ZIP Code
60141
 
Solicitation Number
VANAC-SSN-031803
 
Point of Contact
Point of Contact - Ronald Jenkins, Contract Officer, (708) 786-492= 9, Contracting Officer - Ronald Jenkins, Contract Officer, (708) 786-4929
 
E-Mail Address
Email your questions to Ronald Jenkins
(ron.jenkins2@med.va.gov)
 
Description
SUBJ: Sources Sought Notice for Laboratory Labels =20 This is a Market Survey and Request for Samples to locate potential sources for the standardization of various laboratory labels. The Department of Veterans Affairs (VA) desires to offer its customers, on a national basis, the best possible products and prices and to offer its contractors more opportunities within the system. The intent of the standardization program is to establish national mandatory sources for laboratory supply items and to standardize VA=92s purchasing of products. BIDS/OFFERS ARE NOT BEING SOLICITED AT THIS TIME. Request for Quotations (RFQs) will be issued at a later date. =20 Potential offerors interested in having their items evaluated for possible inclusion in the standardization process should carefully review the item descriptions listed below. If a company can provide any of these items, SAMPLES OF ALL ITEMS AVAILABLE THAT MEET OR EXCEED THE CRITERIA PROVIDED IN THE PRODUCT DESCRIPTIONS SHOULD BE SUBMITTED AT THIS TIME.=20 Samples are to be provided at no charge and all samples submitted in response to this notice become property of the VA and will not be returned following the evaluation process. Additional criteria may be added (or existing criteria deleted) during the evaluation process. If this occurs, all samples received will be evaluated equally against the revised criteria. =20 NOTE: ALL SAMPLES SUBMITTED MUST BE MANUFACTURED IN A DESIGNATED COUNTRY, A CARIBBEAN BASIN COUNTRY, OR A NAFTA COUNTRY (UNITED STATES, CANADA, AND MEXICO). THE USER GROUP WILL ONLY EVALUATE SAMPLES MANUFACTURED IN APPROVED COUNTRIES. A LISTING OF DESIGNATED COUNTRIES AND CARIBBEAN BASIN COUNTRIES MAY BE FOUND AT THE FOLLOWING WEBSITE: http://www.acqnet.gov/far/current/html/Subpart_25_1.html#1046559.=20 All samples submitted must be clearly marked with the name of the potential offeror, the product number, and the manufacturer=92s name.=20 Offerors must also include any corresponding detailed product literature with the samples. Detailed product literature should include, but not be limited to, an indication of what materials the products are comprised of, country of origin, and a listing of sizes, configurations, etc. available. Offerors must include a copy of the evaluation criteria contained in this notice with their samples and identify where in the product literature each individual criteria is addressed. If the product literature does not clearly address any of the criteria information, offerors must provide this information on company letterhead addressing the stated criteria. In addition, please provide company name, address, contact person and telephone number for questions pertaining to submitted samples. Also, please provide the company name, address, contact person and telephone number of where any resulting Request for Quotation (RFQ) should be sent. If detailed literature or sufficient information addressing the evaluation criteria is not received with the samples, the technical evaluation panel will be unable to fully evaluate the samples and the products will be eliminated from further consideration. Offerors are requested to provide procurement history data for the products submitted for evaluation. Please provide total quantities for each product sold to the VA in the previous 12-month period. This information will be used to verify the accuracy of the estimated quantities identified in the Request for Quotation (RFQ). VA INTENDS TO AWARD BLANKET PURCHASE AGREEMENTS (BPAS) AGAINST FSS CONTRACTS RATHER THAN ISSUING FORMAL SOLICITATIONS FOR THE PURPOSE OF STANDARDIZATION. Those companies who do not have a current FSS contract will be eliminated from the competition prior to any subsequent BPA award. For additional information in obtaining an FSS contract, please contact Ronald E. Jenkins at 708/786-4929. Offerors who have a current FSS contract, must ensure that product samples submitted in response to this Sources Sought Notice are included on their FSS contract prior to any subsequent BPA award. VA will use the items submitted in response to this request for samples and the results of the evaluations performed on those items to determine which companies are requested to participate in the resulting Request for Quotation. Current FSS contract holders must provide a copy of their current FSS pricelist with their samples. If you do not have a current FSS contract, please indicate if a proposal has been submitted to begin the procurement process that will result in an FSS contract. The VHA Laboratory User Group, a group of VA laboratory clinicians who have expertise and knowledge of the products, will provide for review and technical evaluation of any samples submitted. VA deems the members of the User Group to be medical experts. Therefore, they are qualified to make a subjective determination as to which products are acceptable.=20 **Please send samples (number of samples required follow each product name) and corresponding detailed product literature to: Department of Veterans Affairs, Consolidated Acquisition and Analysis Service (049A5S), ATTN: Cyndi Koleske-Tamos, Building 37, First Avenue - One Block North of Cermak Road (22nd Street), Hines, IL 60141** =20 SAMPLES AND PRODUCT LITERATURE MUST BE RECEIVED NO LATER THAN APRIL 18, 2003.=20 Companies not submitting samples by this date may be eliminated from consideration on any subsequent procurement action for these items.=20 For additional information regarding contracting issues please contact Ronald E. Jenkins (708) 786-4929. For additional information regarding submission of samples please contact Cyndi Koleske-Tamos (708) 786-7804. Product Descriptions/Criteria for items being considered at this time are as follows: Label Criteria Basic requirements: Contractor must offer at least the following categories of labels: bar-code, specimen, blank, consecutive numbers, microscope slide, warning, reagent, calibration, quality control and color coding. Labels must be self-adhesive paper Labels must be available in both dot-matrix and laser quality=20 Labels must be available in standard, direct thermal (removable and repositionable), and thermal transfer (direct thermal & thermal transfer apply to specimen labels only) Both single and multi-part specimen labels (1-part, 7-part and 10-part) must be available Labels must be flexible and have the ability to adhere to curved surfaces User must be able to write on labels with a pencil, pen or marker Labels should use a glove-proof adhesive to avoid sticking to user's gloves Labels must be water-proof and acid and solvent resistant Label surface must be smudge resistant Labels must be able to be used on glass, plastic, rubber or metal Labels should be available in various ordering quantities=20 Removable labels should leave little or no residue Custom labeling formats must be available Contractor must offer flexibility in packaging sizes to accommodate a range from small to very large size laboratories, also various packaging formats such as rolls, single sheets, fanfold, etc. Special requirements: Thermal labels must accommodate ISBT 128 bar-coding/labeling Biohazard labels must comply with OSHA labeling standards (section 1910.1030 of Title 29 CFR) Chemical hazard labels must meet NFPA standards =20 Types: For evaluation purposes, please submit the following types of labels in the quantities indicated: Specimen labels: 1-Part (2 inch x 1 inch) for the Intermec 4420 printer -- 2 rolls each of the 1 inch and 3 inch core types Zebra Stripe S-500 printer -- 2 rolls each of the 1 inch and 3 inch core types 10-Part (4 inch x 2-2/3 inch) for the Intermec 3400 printer -- 2 rolls each of the 1 inch core and 3 inch core types Intermec 4100 printer -- 2 rolls each of the 1 inch core and 3 inch core types Intermec 4410 printer -- 2 rolls each of the 1 inch core and 3 inch core types Intermec 4420 printer -- 3 rolls each of the 1 inch core and 3 inch core types OTC 560DL Printer -- 2 rolls each of the 1 inch core and 3 inch core types Microscope Labels -- 15/16 inch x 15/16 inch (or 1 inch x 1 inch), 6 Rolls/Boxes/Cases of each type to be considered and 2.4 cm x 2.4 cm, 6 across, 6 Rolls/Boxes/Cases of each type to be considered. Warning Labels -- 6 Rolls/Boxes/Cases of each reagent type and the following: =09Biohazard,=20 =09Infectious Substance, =09Chemical warning,=20 =09New Lot -Do Not Use,=20 =09STAT, and=20 =09ASAP
 
Web Link
RFI VANAC-SSN-031803
(http://www.bos.oamm.va.gov/solicitation?number=3DVANAC-SSN-031803)
 
Record
SN00281963-W 20030320/030319061858 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.