6640--Blood Gas Testing CPRR CPT RRA for Eastern Oklahoma VA Medical Center, Ernest Childers VA Outpatient Clinic, James Mountain Inhofe VA Medical Center and Salt Lake City VA Health Care System
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs, VHA, Network Contracting Office (NCO) 19 Rocky Mountain Acquisition Center is seeking potential sources that are capable of providing instruments/analyzers, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other items necessary for the generation of arterial and venous blood gas, electrolytes, glucose, lactate, and FDA approved body fluid pH on a Cost Per Reportable Result (CPRR), Cost per Test (CPT), or Reagent Rental Agreement (RRA) basis.
This requirement is for the following VA Medical Centers:
Eastern Oklahoma VA Medical Center: 1011 Honor Heights Drive, Muskogee, OK, 74401
Ernest Childers VA Outpatient Clinic: 8921 South Mingo Road, Tulsa, OK, 74133
James Mountain Inhofe VA Medical Center: 440 S. Houston Street, Tulsa, Oklahoma 74127
Salt Lake City VA Health Care System: 500 Foothill Drive, Salt Lake City, Ut 84148
NCO 19 is performing market research to determine if there is a sufficient number of qualified (1) Service-Disabled Veteran-Owned Small Business (SDVOSB); (2) Veteran-Owned Small Business (VOSB); (3) Small or emerging small business firms; or (4) Large businesses who can fulfill the requirement. This Sources Sought notice is issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10. All SDVOSB, VOSB, small and large businesses capable of fulfilling the requirement are invited to respond. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any Government assessments.
NAICS code to be used for this acquisition is 334516.
SUMMARY OF REQUIREMENTS:
Test Menu:
The equipment must have the capability of performing or reporting the following parameters on arterial, venous, or mixed venous whole blood specimens:
pH - pH will also need to be performed on pleural fluid as well as arterial, venous, or mixed venous blood
pO2
pCO2
Na+
K+
Ca++
Cl-
Glucose
Lactate
Hemoglobin
Oxyhemoglobin (FO2Hb)
Carboxyhemoglobin (FCOHb)
Methemoglobin (MetHb)
Bicarbonate (cHCO3)
The analyzers must be able to perform the complete profile described above by either direct or indirect (calculated) measurement and meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and Clinical Laboratory Standards Institute (CLSI). In addition, the analyses must take place on a single instrument and a single specimen.
Cost per Reportable Result (CPRR), Cost per Test (CPT), Cost per Kit (CPK), Reagent Rental Agreement (RRA) DEFINTION:
The Contractor is required to provide a price for each test that can be performed on its equipment. The per test price (or per kit or per reportable price) shall include costs covering a.) equipment use, b.) all reagents, standards, controls, supplies, consumable/disposable items, parts, accessories and any other items required for the proper operation of the contractor s equipment and necessary for the generation and reporting of a test result, c.) all necessary maintenance to keep the equipment in good operating condition (this element includes both preventive maintenance and emergency repairs) and d.) training for Government personnel. The Contractor is required to provide removal of equipment at no additional charge.
All interested firms who can MEET and FULFILL the requirements stated in the Summary of Requirements above SHALL respond, in writing, with the following information. Interested firms who do not respond fully to the information requested below will not be considered in the market research:
Company Name:
Address:
UEI (Unique Entity ID) Number:
Contact Name:
Phone No.:
Email:
Business Size Information - Select all that applies:
Small Business
Emerging Small Business
Small Disadvantaged Business
Certified under Section 8(a) of the Small Business Act
HUBZone
Woman Owned
Certified Service-Disabled Veteran Owned Small
Veteran Owned Small Business
Large Business
Is your Company a FSS/GSA Contract Holder:
Yes No
Enter your Company s FSS/GSA Contract Number:
Enter the Effective Date/ Expiration Date of FSS/GSA Contract:
Are the proposed Blood Gas CPRR/CPT/RRA testing, listed and available on the above FSS/GSA Contract:
Yes No
Available pricing structure of proposed solution (select all that are applicable below):
Pricing Model
Please Indicate Availability Below: (Yes / No / NA)
All on FSS
Open Market only
Mix of FSS & Open Market
(CPRR) Cost Per Reportable Result
Cost Per Test (CPT)
Reagent Rental Agreement
Equipment Rental Fee and Reagent Purchase
Fixed Monthly Charge
Other: (Please explain)
Federal Acquisition Regulation (FAR) Market Rearch Questions:
Buy American Act (FAR 52.225) What percentage of the proposed product (including leases) is a:
Domestic end product? _____________ (%)
Foreign end product? _______________ (%)
Questions for Small Businesses ONLY:
Limitations on Subcontracting (FAR 52.219-14) What percentage of the work would be subcontracted to another company? ________ If > 0, what is company s business size: __________
If subcontracting, what added value do you offer (FAR 52.215-23): _______________________________
Nonmanufacturer Rule (FAR 52.219-33):
Does your company manufacturer these proposed items? [Â ] yes [Â ] no
Does your company exceed 500 employees? [Â ] yes [Â ] no If yes, list # of employees: _________
Does your company primarily engage in the retail or wholesale trade and normally sells the type of item being supplied? [Â ] yes [Â ] no
Does your company take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice? [Â ] yes [Â ] no
Does your company supply the end item of a small business manufacturer, processor or producer made in the United States, or obtains a waiver of such requirement pursuant to paragraph (b)(5) CFR 121.406. [Â ] yes [Â ] no If yes, what is the manufacturer s name? ________________
Offerors capable of providing the tests or equivalent tests in Summary of Requirements above, must complete the table above and send your responses via email to Juanita.Street@va.gov and NCO19Lab@va.gov no later than Monday, January 12th, 12:00pm MT. PHONE CALLS NOT ACCEPTED.