Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2020 SAM #6625
SOURCES SOUGHT

65 -- Glucose Monitor (Inpatient Level)

Notice Date
1/17/2020 7:04:16 AM
 
Notice Type
Sources Sought
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
246-NETWORK CONTRACTING OFFICE 6 (36C246) HAMPTON VA 23667 USA
 
ZIP Code
23667
 
Solicitation Number
36C24620Q0233
 
Response Due
1/31/2020 8:59:59 PM
 
Archive Date
03/01/2020
 
Point of Contact
Blake A. Grier757-722-9961 Ext. 6003
 
E-Mail Address
Blake.Grier@va.gov
(Blake.Grier@va.gov)
 
Awardee
null
 
Description
SOURCES SOUGHT NOTICE ONLY This notice does NOT constitute a request for proposal, request for quote, or invitation for bid. No formal solicitation document exists at this time. We are seeking information for market research purposes only. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Response is strictly voluntary; no reimbursement will be made for any costs associated with providing information in response to this synopsis or any follow-up information requests. The VHA Network Contracting Office 6 (NCO 6) is seeking sources who can provide the item(s) below: CLIN DESCRIPTION OF SUPPLIES/SERVICES QTY UNIT 0001 Glucometer, In-Patient Use Only TBD EA DELIVERY LOCATION(S): All Veterans Integrated Service Networks (VISN) 6 Locations including: Hampton VAMC Salisbury VAMC Salem VAMC Durham VAMC 100 Emancipation Drive 1601 Benner Ave 1970 Roanoke Blvd 508 Fulton St. Hampton VA 23667 Salisbury, NC 28144 Salem, VA 24153 Durham, NC 27705 Richmond VAMC Asheville VAMC Fayetteville VAMC 1201 Broad Rock Blvd 1100 Tunnel Rd 2300 Ramsey St. Richmond, VA 23249 Asheville, NC 28805 Fayetteville, NC 28301 Must meet the following: Functions to be performed; Successfully built/tested/completed interface between instrumentation and UniPOC data management system. Additionally, any interface builds that must take place will be at no cost to the facility. Additional abilities will include: Lockout for QC failures and non-performance Lockout for expired or non-certified users Lockout for expired QC and test strips Test ports that are replaceable instead of replacing entire meter when port is damaged. Ability to transmit results via wired and wireless communication. Separate test pathways for patients, controls, linearity, and proficiency samples. FDA approval (or in the process of approval) for use on critically ill patients using capillary samples. Individually wrapped test strips Test strips obtained by sequestered lot shipments (minimum sequester of 6 months). Additional glucometers and downloaders may be requested and shipped at no cost, based upon the test strip usage for the facility. 24/7 technical support for troubleshooting all issues, including damaged meters, testing errors, etc. Assistance with initial method validation and end-user training prior to go-live. Carrying cases supplied at no cost to the facility. Control and calibrator solutions should be available that span the reportable range of the analyzer and have a minimum of 90-day expiration after opening. Performance required; Less than 5 second test time Ability to transmit results via wired and wireless communication Separate test pathways for patients, controls, linearity, and proficiency samples FDA approval (or in the process of approval) for use on critically ill patients using capillary samples Essential physical characteristics; Dimensions (if applicable) Meters should be able to satisfy the In-patient Service Level Requirement Individually wrapped test strips Test strips obtained by sequestered lot shipments (minimum sequester of 6 months) Downloaders with a USB connection or a USB to serial connectors supplied at no cost to the facility Compatible connectors from the docking station to host computer should be supplied without the need for adapters (i.e. USB to serial or USB to USB) All interested parties must respond in writing via email to blake.grier@va.gov to be considered. Your response is required by 11:59PM on January 31, 2020. This is strictly market research and no telephone inquiries will be accepted. In response, please include the following information: Company/individual name Address Point of contact with phone number Company Socio-Economic SIZE (example large, small, SDVOSB, VOSB, WOSB etc.) Information describing your interest, Indicate contract number if applicable (such as SEWP, FSS, GSA etc.) Tax ID number DUNS number NAICS code (if different than below) Capabilities statement Quotes in response to this notice will be considered informal and used for market research purpose only. The NAICS 325413 (Blood glucose test kits manufacturing) is applicable to this acquisition; with a size standard of 1250 employees. If your firm is a Service-Disabled Veteran Owned or Veteran Owned Small Business, you must be CERTIFIED in VetBiz (see internet site: http://vip.vetbiz.gov) to be considered for SDVOSB/VOSB Socio-Economic status. Interested firms are reminded that in accordance with FAR 4.1201(a) Prospective contractors shall complete electronic annual representations and certifications at the System for Award Management (SAM) as a part of required registration in conjunction with FAR 4.1102(a) that states, Prospective contractors shall be registered in the (SAM) database prior to award of a contract or agreement. Therefore, vendors must be registered in System for Award Management (SAM) at http://www.sam.gov to be considered for an award.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a3e2fe0fe97f450d9b7fade059ef5b3e/view)
 
Place of Performance
Address: See Attached: Sources Sought
 
Record
SN05538524-F 20200119/200117230137 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.