Sources Sought only.
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Requests for a solicitation will not receive a response. Responses to this Sources Sought must be in writing. The purpose of this Sources Sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential qualified Service Disabled Veteran Owned Small Businesses, Veteran Owned Small Businesses, 8(a), HubZone and other Small Businesses interested and capable of providing the services described below. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and experience to compete for this acquisition. Responses to this notice shall include the following: (a) company name (b) address (c) point of contact (d) phone, fax, and email (e) DUNS number (f) Cage Code (g) Tax ID Number (h) Type of small business, e.g. Services Disabled Veteran Owned small Business, Veteran-owned small business, 8(a), HUBZone, Women Owned Small Business, Small disadvantaged business, or Small Business HUBZone business and (i) must provide a capability statement that addresses the organizations qualifications and ability to perform as a contractor for the work described below. No funds have been authorized, appropriated, or received for this effort.
Place of Performance:
Department of Veterans Affairs
Syracuse VA Medical Center
800 Irving Avenue
Syracuse New York 13210-2716
Purpose and Objectives:
The intent of this Sources Sought Notice is to identify potential offerors capable of providing laboratory water and dialysate testing. The contractor shall be required to perform the following tests:
i. Water Analysis Panel to the AAMI standard 23500:2011 Guidance for preparation and quality management of fluids for hemodialysis and related therapies for aluminum, copper, fluoride, lead, nitrate, sulfate, zinc, calcium, magnesium, potassium, and sodium.
ii. Water Analysis Panel to the AAMI standard 23500:2011 Guidance for preparation and quality management of fluids for hemodialysis and related therapies for trace metals, specifically antimony, arsenic, barium, beryllium, cadmium, chromium, mercury, selenium, silver, and thallium.
iii. LAL Pyrogen testing for bacterial endotoxins to the AAMI standard 23500:2011 Guidance for preparation and quality management of fluids for hemodialysis and related therapies with a maximum allowable limit of <0.25 EU/ml for water and <0.5 EU/ml for dialysate.
iv. Colony Count for microbial purity of the water to the AAMI standard 23500:2011 Guidance for preparation and quality management of fluids for hemodialysis and related therapies with a maximum allowable limit of <100 CFU/ml.
v. Colony Count for microbial purity of the dialysate to the AAMI standard 11663:2009 Quality of dialysis fluid for hemodialysis and related therapies with a maximum allowable limit of <100 CFU/ml.
The dialysis fluid test samples will be collected from the following equipment:
Equipment Type Manufacturer Model EE# Serial #
Hemodialysis Unit Fresenius 2008K 163675 7KOS-10995
Hemodialysis Unit Fresenius 2008K 163676 7KOS-10995
Hemodialysis Unit Fresenius 2008K 163678 7KOS-10995
Hemodialysis Unit Fresenius 2008K 163679 7KOS-10995
Hemodialysis Unit Fresenius 2008K 200915 OKOS164495
Hemodialysis Unit Fresenius 2008K2 209009 OKOS164495
Portable Reverse Osmosis Unit Mar Cor Millenium M-750 163680 1259257
Portable Reverse Osmosis Unit Mar Cor Millenium M-750 163683 1259265
Portable Reverse Osmosis Unit Mar Cor Millenium M-750 163684 1259264
Central Reverse Osmosis Unit Ameriwater MRO2 225273 25399
The contractor must have the skills, certification, and experience to be qualified to test and analyze the dialysis fluid samples. Certifications and/or training records may be requested.
Response:
Responses to this Sources Sought Notice should be able to demonstrate the firm's ability, capability, and responsibility to deliver the service listed above. Responses should include the following information: Business name, address, business size and Socioeconomic Category (HUBZone, 8(a), Service Disabled Veteran, Small Business, Large Business, etc.), and point of contact to include e-mail address and telephone number. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to provide the full maintenance and repair service on equipment listed.
Determination by the Government not to compete this proposed contract based on responses to this notice is solely within the discretion of the Government.
Important information: The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought synopsis request. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Business and/or Veteran Owned Small Business set asides. However, if response by either of these firms' types proves inadequate, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 621511 ($32.5 Million).
Any offeror capable of providing this service shall notify the Contracting Officer by email within five (5) calendar days from the date of the publication of this synopsis. (i.e. no later than September 3, 2015, 2:00 PM EST).
All information is to be submitted via e-mail to:
[email protected].
Bid Protests Not Available