Minnesota Bids > Bid Detail

6640--Minneapolis VA Health Care System Flow Cytometer Reagents Sources Sought

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159388337260241
Posted Date: Nov 13, 2023
Due Date: Nov 17, 2023
Source: https://sam.gov/opp/b7063cb653...
Follow
6640--Minneapolis VA Health Care System Flow Cytometer Reagents Sources Sought
Active
Contract Opportunity
Notice ID
36C26324Q0129
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
NETWORK CONTRACT OFFICE 23 (36C263)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 13, 2023 03:07 pm CST
  • Original Response Date: Nov 17, 2023 05:00 pm CST
  • Inactive Policy: Manual
  • Original Inactive Date: Nov 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 325413 - In-Vitro Diagnostic Substance Manufacturing
  • Place of Performance:
    Minneapolis VAMC Minneapolis , MN 55106
    USA
Description
The Minneapolis Health Care System requires flow cytometer reagents with the Salient Characteristics listed and in accordance with the Statement of Work below.
This is a sources sought looking for businesses to provide the supplies listed below for market research purposes. No awards of a contract will be made from this announcement.
Identify if your organization is the manufacturer of the required supplies. If you are not the manufacturer, identify the manufacturer of the supplies that you will provide. Additionally, any distributor will be required to provide an authorization letter from the manufacturer authorizing them to distribute their products per VAAR 852.212-71 Gray Market Items for their response to be considered valid.
 Identify whether any foreign end products, as defined in FAR Provision 52.225-2, would be provided to meet this requirement ( https://www.acquisition.gov/far/part-52#FAR_52_225_2__d3401e52). Non-responsiveness will invalidate your response.
Identify your organization's socio-economic category.
 Address whether your organization meets the requirements of 13 CFR 121.406 (b)(1)(i), (b)(1)(ii) and (b)(1)(iii) (https://www.ecfr.gov/current/title-13/chapter-I/part-121/subpart-A/subject-group-ECFR0fca5207262de47/section-121.406#p-121.406(b)).
 If you are a vendor that can provide the requested information and required supplies described below with competitive pricing, send your information (to include your organization's Unique Entity Identifier number) with a description of proof of capability to: Jeffrey.Brown8@va.gov on or before November 17th, 2023.
*If applicable, VAAR 852.219-76Â VA Notice of Limitations on Subcontracting Certificate of Compliance for Supplies and Products, will apply to the potential solicitation if set-aside for Veteran Owned Small-Businesses.*
 *If applicable, VAAR 852.212-71 Gray Market Items, will apply to the potential solicitation.*
 *If applicable, FAR Provision 52.219-14 Limitations on Subcontracting, will apply to the potential solicitation if set-aside for Small-Businesses.*

Statement of Work
Flow Cytometry Reagents

1. BASIC REQUIREMENT:
Contractor shall provide the Minneapolis VA Healthcare System Special Hematology Laboratory, One Veterans Drive, Minneapolis, Minnesota 55417, hereinafter referred to as the MVAHCS, with Becton Dickenson brand name or equal flow cytometry reagents which are approved for use with our owned BD FACS Canto flow cytometers. These reagents are used to perform clinical immunophenotyping testing for diagnostic and prognostic patient care at the MVAHCS. Any reagents offered must be functionally equivalent to the antibodies and fluorochromes listed below as these have been validated for use in the MVAHCS laboratory.
2. ESTIMATED QUANTITIES:
The quantities as listed in the Schedule of Items are estimated annual requirements. The MVAHCS attempts to be as accurate as possible when providing estimated quantities, however, actual quantities required may vary from quantities as listed. All products will be requested on an on demand, as needed basis. Orders will be placed via telephone or FAX by authorized VA Medical Center Laboratory personnel throughout the contract period.

Description
Part #
Estimated Annual Qty
Hu CD1a FITC HI149 100Tst
555806
2
CD2 PE S5.2 ASR
340701
2
CD3 FITC SK7 50 Tests IVD
349201
3
CD3 PE SK7 ASR
340662
3
CD8 FITC SK1 ASR
340692
5
CD8 PE SK1 IVD
340046
5
CD8 PE-Cy7 SK1 ASR
335805
5
CD8 APC SK1 ASR
340659
5
CD11b APC D12 ASR
340936
3
CD13 PE L138 ASR
340686
3
CD14 PE MphiP9 ASR
340683
3
CD16 FITC NKP15 ASR
340704
2
CD16 PE-Cy7 B73.1 ASR
335806
3
CD19 PE 4G7 50 Tests IVD
349209
3
CD26 FITC (L272) ASR
649456
3
CD33 PerCP-Cy5.5 P67.6 ASR
341640
3
Hu CD43 APC 1G10 100Tst
560198
3
CD56 PE MY31 ASR
340685
4
CD57 FITC HNK-1 ASR
340706
3
Anti-TCR-Alpha/Beta-1 FITC WT31 ASR
340883
3
Anti-TdT FITC E17-1519 ASR
347208
3
Myeloperoxidase PE 5B8 50 Tests RUO/ GMP
341642
3
Anti-TCR-Gamma/Delta-1 PE 11F2 ASR
340887
3
Ms IgG1 Isotype Control FITC X40 ASR
340755
3
Mouse IgG1 PE X40 100ug RUO/GMP
349043
3
Simultest Anti-Kpa F(ab')2/CD19 RUO/ GMP
340392
2
Simultest Anti-Lam F(ab')2/CD19 RUO/ GMP
340393
2
CD2 PE-Cy7 L303.1 ASR
335804
4
CD3 PerCP-Cy5.5 SK7 ASR
340948
6
CD3 PE-Cy7 SK7 ASR
341101
3
CD4 PerCP-Cy5.5 SK3 ASR
341653
3
CD4 APC SK3 ASR
340672
6
CD5 PE L17F12 ASR
340697
3
CD7 PE M-T701 ASR
340656
10
CD8 PerCP-Cy5.5 SK1 ASR
341049
12
CD10 PE HI10a ASR
340920
6
CD11c APC S-HCL-3 ASR
340714
10
CD13 PE-Cy7 L138 ASR
338432
8
CD15 FITC MMA ASR
340703
5
CD19 PerCP-Cy5.5 SJ25C1 ASR
340950
20
CD19 PE-Cy7 SJ25C1 ASR
341103
10
CD20 PerCP-Cy5.5 L27 ASR
340954
5
CD22 PE S-HCL-1 ASR
340708
10
CD23 PE EBVCS-5 ASR
341008
10
CD33 FITC P67.6 ASR
340678
8
CD33 PE P67.6 ASR
340679
8
CD34 PerCP-Cy5.5 8G12 ASR
347213
8
CD38 APC HB7 ASR
340677
8
Hu CD43 FITC 1G10 100Tst
555475
8
CD45 APC-Cy7 2D1 ASR
348805
60
CD103 FITC Ber-ACT8 ASR
340944
8
CD117 PerCP-Cy5.5 104D2 ASR
333947
8
CD138 APC MI15 ASR
347207
8
CD138 PerCP-Cy5.5 MI15 ASR
341097
8
Anti-HLA-DR APC L243 (G46-6) ASR
340691
8
Ms Ig Kpa Comp Bead Set 6mL
552843
4
BD CST Beads Kit 50 Tests
641319
5
Ms IgG1ItCl PerCP-Cy5.5 X40 ASR
347212
8
Ms IgG1 Isotype Control PE-Cy7 X40 ASR
348798
8
MultitestCD3/16+CD56/45/19W/Trucount IVD
340492
8
BD FACSFlow Sheath Fluid 20L
342003
40
BD FACS Clean Solution 5L
340345
6
BD FACS 7-Color Setup Beads 25 Tests
335775
12
CD19 APC SJ25C1 ASR
340722
15
CD20 APC L27 ASR
340940
15
CD25 PE-Cy7 2A3 ASR
335807
8
CD56 PE-Cy7 NCAM16.2 ASR
335809
15
CD34 PE-Cy7 8G12 ASR
348801
8
Ms IgG1 Isotype Control APC X40 ASR
340754
8
BD FACS Lysing Solution 10X 100ML IVD
349202
15
Simultest IgG1/IgG1 ITCL 50TST RUO/ GMP
349526
15
CD5 PE-Cy7 L17F12 ASR
348800
20
CD10 PE-Cy7 HI10a ASR
341102
20
CD23 APC EBVCS-5 ASR
340934
8
MultitestCD3/CD8/CD45/CD4 W/Trucount IVD
340491
22
Simultest CD3 FITC/CD4 PE SK7/SK31 IVD
340043
10
Anti-Kappa FITC / Anti-Lambda PE
349516
30
CD14 FITC MphiP9 ASR
340682
8
BD FACSDiva CS&T Research Beads Kit 50T
655050
20
Multitest CD3/CD16+CD56/CD45/CD19 IVD
340500
5
Lysing Buffer 10X Concentrate 100mL
555899
5
CD158a FITC HP-3E4 50 Tests RUO/GMP
340531
3
Hu CD158B PE CH-L 25Tst
561723
3
Hu CD158e1 (NKB1) APC DX9 100Tst
564103
3
CD200 APC (MRC OX-104) ASR
655428
15
CD49d PE L25 50 Tests RUO/GMP
340296
2

3. PRODUCT QUALITY AND QUALITY CONTROL

All products are purchased subject to acceptance by the MVAHCS. Products that fail to meet Quality Control criteria of the Laboratory will not be accepted. Products will be rejected and may be discarded if found unsatisfactory by the Laboratory's Quality Control when they are received, or later if deterioration of the product occurs before the out date. The MVAHCS will not be financially liable for unacceptable materials.

Any substitutions of product must have the written approval of the MVAHCS and the Contracting Officer or his/her designee.

All defective or inferior products must be replaced within 48 hours at no cost to the MVAHCS.

The MVAHCS is not required to return unacceptable product.

It is the vendor s responsibility to provide the MVAHCS with recall notices on any product that has been delivered to this facility that may be defective. Notification shall be made to the Contracting Officer via the most expedient method.

The contractor shall provide MVAHCS, with a listing of the vendor s products used with this analyzer(s) that are considered hazardous. The listing should also include a determination as to what can be considered harmless to be disposed of by normal methods, such as disposing in the sink or disposing in the trash and what must be specially handled for disposal and how it is handled.

4. CUSTOMER SERVICE/TECHNICAL SUPPORT:

The vendor shall make a manufacturer representative for the reagents listed in the schedule available to the MVAHCS during the contract period to provide product information, handle problems or defective merchandise (if required) and address any other issues or concerns that may arise. Technical telephone support must be available Monday through Friday between 8:00am and 5:00pm. Telephone response time shall be within four (4) hours of notification.

5. ROTATION OF STOCK:

To assure rotation of stock at the distributor, each lot of a product received must have an outdate the same or later than previously received. Only one lot of any item may be shipped per delivery, unless part is the old lot previously received and part is the New lot which will be shipped for the next delivery.

6. ORDERING PROCEDURES:

Orders will be placed by telephone on an on-demand, as needed basis, by MVAHCS, unless vendor specifies an alternative preferred method. Orders to the contractor shall be placed as follows:

Vendor s Contact Person: _________________________________________
Telephone Number: _____________________________________________
FAX Number: ___________________________________________________
Address: _______________________________________________________
_______________________________________________________
_______________________________________________________

7. DELIVERY:

All supplies shall be delivered FOB Destination to the VA Medical Center, Minneapolis, Minnesota and shall arrive at the MVAMC no later than 5 calendar days after receipt of an order.

Deliveries shall be made to:

VA Medical Center, Bldg. 70
Warehouse (90D), PO# _________
One Veterans Drive
Minneapolis MN 55417

Delivery Times: Between 8:00am and 3:30pm
(Monday-Friday except Federal Holidays)

All deliveries shall be accompanied by a packing slip which shall contain vendor s name, purchase order number, date of order, date of delivery, itemized list of products furnished including product description and quantity shipped.

Attachments/Links
Contact Information
Contracting Office Address
  • 316 Robert Street N Suite 506
  • Saint Paul , MN 55101
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 13, 2023 03:07 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >