Page 4 of 4
THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY AND DOES NOT CONSTITUTE A SOLICITATION.
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 15.201(e).
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. IAW FAR 15.201(e), 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.
SOURCES SOUGHT DESCRIPTION
This is NOT a solicitation announcement. This is a sources sought/RFI only. The purpose of this sources sought/RFI is to gain knowledge of potential qualified sources and their size classification relative to NAICS 325413 (size standard of 1,250 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 22 Network Contracting Office, is seeking sources that can provide Microbiology Laboratory Testing Reagents and Supplies for Microbiology testing that is currently conducted in VA San Diego. At a minimum, the source must be able to supply the following items with a brand name or equal product that meet the listed Salient Characteristics, and other requirements, for the VA San Diego Healthcare System:
Salient Characteristics
Reagents, supplies and consumables must:
Be FDA approved
Have the ability to perform the following tests:
Primary Culture Media
Capable of growing bacterial cultures
Isolation of bacteria for automated identification and susceptibility using the VITEK 2 Analyzer and VITEK MS (mass spec)
Isolation of bacteria for manual identification using the API identification kits and Rapid ANA kits
Isolation of carbapenamase resistant organisms are confirmed using the CARBA-R assay on the Cepheid GeneXpert Infinity instrument
Latex agglutination kit
Capable of detecting MRSA from primary bacterial isolates
Urinary Antigen Detection Kit
Capable of detecting legionella and streptococcus pneumoniae
Other Requirements
All shipping shall be inclusive of prices within the schedule and FOB Destination.
Orders must be delivered within three business days
Brand Name or Equal Products
LINE #
Fisher Catalog #
MFG Part #
Description
Unit
Quantity
001
B4397716X
297716
Brucella 5% SBA (297716)
100/CT
40
002
B21179X
221179
PEA agar (221179)
20/PG
90
003
L97022
297022
BBE/LKV ana media (297022)
20/PG
90
004
B97873X
297873
EGG YOLK AGAR (297873)
10/PG
10
005
B21263X
221263
SHEEP BLOOD AGAR (221263)
100/CT
250
006
L21353
221353
CNA AGAR (221353)
100/CT
175
007
B21270X
221270
MAC plates (221270)
100/CT
175
008
B21267X
221267
CHOCOLATE AGAR (221267)
100/CT
50
009
B21567X
221567
MTM AGAR (221567)
20/PG
50
010
L21742
221742
THIO Enriched broth (221742)
100/CT
50
011
B21727X
221727
CAMPY MEDIA (221727)
20/PG
75
012
L21848
221848
CIN AGAR YERSINIA (221848)
10/PG
15
013
L21872
221872
TCBS AGAR (221872)
10/PG
15
014
B21801X
221801
MH with 5% SBA Lg (221801)
24/BX
30
015
B21176X
221275
MH with 5% SBA sm (221275)
20/PG
15
016
B21261X
221261
TSA II 5% SBA (221261)
100/CT
60
017
B21808
221808
BCYE AGAR (221808)
10/PG
60
018
B260683
260683
GASPAK EZ ANA (260683)
PG
200
019
B260685
260685
CAMPY BAGS (260685)
PG
100
020
B21800X
221800
MH PLAIN AGAR Lg (221800)
24/BX
80
021
B21275X
221275
MH PLAIN AGAR Sm (221275)
100/CT
50
022
B21174X
221174
7H10 PLATES (221174)
10/PG
60
023
BB21815
221815
TUBE TSB 2ml (221815)
100/CT
60
024
BB21087
221087
TUBE TSA SLANTS (221087)
100/CT
15
025
B21365X
221365
HEKTOEN ENTERIC (221365)
10/PG
100
026
L97953
297953
MAC II AGAR with Sorb(297953)
10/PG
100
027
B21192X
221192
XLD AGAR PLATE (221192)
20/PG
75
028
BB21730
221730
TUBE GN BROTH 8ml (221730)
100/CT
20
029
L21240
221240
GC II AGAR with ISOVITALEX (221240)
8/PK
25
030
L95872
295872
TUBE CHOCOLATE II AGAR SLANT (295872)
10/PK
25
031
BNX852000
BNX852000
Binax Now Legionella
22/PK
18
032
BNX710000
BNX710000
Binax Now Strep Pneumo
22/PK
12
033
BNX852010
BNX852010
Binax Now Legionella Control Swab
10/PK
20
034
BNX710010
BNX710010
Binax Now Strep Pneumo Control Swab
10/PK
20
035
23046789
23046789
Giardia/Crypto Quikchek
25/PK
24
036
22122320
CR2003-US
Immy CrAg Lateral Flow
50/PK
20
037
22071071
22071071
OSOM Trichomonas Rapid Kit
25/PK
30
038
22071073
22071073
OSOM BV Blue Rapid Kit
25/PK
30
039
23029985
23029985
PBP2a SA
25/PK
30
040
064341
064341
Tissue Grinder - Large
10/CS
50
041
06434A
06434A
Tissue Grinder - Small
10/CS
10
042
01828D
01828D
Autoclave Bags 25"x35", Red
200/PG
25
043
22363597
22363597
Loop; Innoculating,10ul,Disp.Yellow
960/PG
20
044
22122321
GLF065
Immy Crypto Antigen LF Diluent
1/EA
20
045
22122334
4050P830
SPCMN TUBES FOR CRAG LFA 50/PK
50/PK
20
The information identified above is 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.
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:
(1) 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.
(2) Is your company considered small under the NAICS code identified under this RFI?
(3) Are you the manufacturer or distributor of the items being referenced above (or equivalent product/solution)? What is the manufacturing country of origin of these items?
(4) If you re a small business and you are an authorized distributor/reseller for the items identified above (or equivalent product/solution), do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified.
(5) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with NASA SEWP or any other federal contract? If so, please provide the contract type and number.
(6) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(7) Please provide general pricing for your products/solutions for market research purposes.
(8) Please submit your capabilities in regard to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes.
(9) Please provide your company s DUNS number.
*** Submissions addressing Section (8) should show clear, compelling and convincing*** evidence that all equal to items" meet all required salient characteristics.
Responses to this notice shall be submitted via email to
[email protected]. Telephone responses shall not be accepted. Responses must be received no later than Tuesday, February 2, 2021 at 1:00 p.m. PST. 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 request for information. Responses to this notice are not a request to be added to a prospective bidders list or to receive a copy of the solicitation.
Bid Protests Not Available