SOURCES SOUGHT: 6515–Research Microscopes

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 339112 (size standard 1,000). 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 Microscopes that meets the following salient characteristics and specifications for VA Phoenix Healthcare System. Salient Characteristics/Specification

1. MUST have Hardware/software allows for automated set up, scanning, and analysis with 3D simulated software. 3D software must include electronic optical sectioning projection element with digital pinhole control and digital 3D software integration with 3D object tracking, time tracking, and quantification methods.

2. MUST have Hardware is all-in-one inverted digital microscope system with motorized XY stage and focus Z control to 0.1um step size.

3. MUST have Hardware allows minimum of 3 slides at a time to be loaded for automated acquisition & stitching of bright field and/or fluorescence images with high intensity LED and transillumination lighting with DAPI, GFP, and TRITC filter mirror cube components.

4. MUST have Hardware/software accommodates a variety of sample formats including slides and standard tissue culture plates, dishes, and flasks.

5. MUST have Minimum of 23-inch display

6. MUST Contains a software platform that closely integrates and calibrates automated functioning of all objectives and filters for reproducibility of high resolution and density images and data products. Must have fully integrated intuitive user interface to facilitate repeatability and ease of use. Must include minimum of of 4x, 10x, 20x phase objective lenses, 40x planar apochromatic objective lens, and 60x oil planar apochromatic objective lens or more. Substitutions not allowed.

7. MUST have Equipment s analysis software combines image correction tools with powerful quantification functions, including the ability to instantly remove fluorescence blurring and enabling visualization of weak fluorescence. Also allows for high throughput high content screening and quantification of color brightfield and fluorescent images across many tissue and vessel types allowing for color extraction and advanced masking functions and automatic combining of data for large area stitched imaging.

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, distributor, or an equivalent solution to the items being referenced above? (4) If you are a large business, do you have any designated distributors? If so, please provide their company name, telephone, point of Contact and size status (if available). (5) If you re a small business and you are an authorized distributor/reseller for the items identified above or an equivalent solution, do you alter; assemble; modify; the items requested in any way? If you do, state how and what is altered; assembled; modified? (6) 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 number. (7) If you are an FSS GSA/NAC or NASA SEWP contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (8) Please provide general pricing of your products/solution for market research purposes. (9) Please submit your capabilities in regards to the salient characteristics being provided and any information pertaining to equal to items to establish capabilities for planning purposes? (10) Please review salient characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (11) Please provide your DUNS number. (12) Please provide a list of detail requirements and drawings.

*** 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 Carlo.manuel@va.gov. Telephone responses shall not be accepted. Responses must be received no later than Friday August 12, 2022 at 1:00 PM 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.

  • Original Set Aside: 
  • Product Service Code: 6515 – MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code: 339112 – Surgical and Medical Instrument Manufacturing
  • Place of Performance:Department of Veterans Affiars VA Phoenix Healthcare System Phoneix , AZ 85012

Full details via beta.sam.gov

SOURCES SOUGHT: Y1BG-Expand and Renovate EHRM upgrades

The Department of Veterans Affairs, Veterans Health Administration (VHA), Program Contracting Activity Central (PCAC) is conducting a market survey and is seeking qualified firms to provide professional Construction Services to Y1BG-Expand and Renovate EHRM (Electronic Health Records Management Infrastructure) Upgrades at Chalmers P. Wylie Veterans Outpatient Clinic – Columbus, OH. The contractor shall completely prepare the site for building operations, including demolition and removal of existing structures/equipment, and furnish labor and materials and perform work to expand and renovate space for Electronic Health Records Management Infrastructure Upgrades at the Chalmers P. Wylie Veterans Outpatient Clinic – Columbus, OH, as required by drawings and specifications. This project shall include, but is not be limited electrical work, and other items as contained within the construction documents. This project has been designed to replace the existing fiber backbone and terminations as well as providing a redundant fiber network for the Chalmers P. Wylie Ambulatory Care Center in Columbus, OH. In addition to the telecommunications work there will be new critical power specialized receptacles and normal power general purpose receptacles installed in telecommunication rooms throughout the facility.

  • Original Set Aside:
  • Product Service Code: Y1BG – CONSTRUCTION OF ELECTRONIC AND COMMUNICATIONS FACILITIES
  • NAICS Code: 236220 – Commercial and Institutional Building Construction
  • Place of Performance:Chalmers P. Wylie Veterans Outpatient Clinic , OH 43219 USA
  • Updated Response Date: Jan 21, 2022 02:00 pm MST

Full details via beta.sam.gov


SOURCES SOUGHT: X1GD–Expression of Interest- Louisville, KY Warehouse

The Department of Veterans Affairs (VA) seeks to lease sufficient Rentable Square Feet (RSF) of existing real property to yield up to approximately 15,000 Net Usable Square Feet (NUSF) of contiguous climate-controlled warehouse space in Louisville, KY. The space must be existing space located on no more than one (1) floor. Space must be handicap accessible with twelve (12) on-site parking spaces and up to two (2) loading docks. Offered space must comply with all Government requirements for fire safety, seismic and sustainability standards, and ADA code requirements per the terms of the lease. A fully serviced lease term up to fifteen (15) years will be considered.

  • Original Set Aside:
  • Product Service Code: X1GD – LEASE/RENTAL OF OPEN STORAGE FACILITIES
  • NAICS Code: 531130 – Lessors of Miniwarehouses and Self-Storage Units
  • Place of Performance: Louisville, KY, USA
  • Original Response Date: Sep 09, 2021 03:00 pm CDT

Full details via beta.sam.gov


Top 10 Agencies for SAP this 2021

The number one purchaser of goods and services in the United States is the federal government. They are willing to spend a lot of money and people aren’t taking that opportunity. Are you one of them?

Working with the government is intimidating but there is a secret to success for small businesses and that is simplified acquisition procedures (SAP).

Any small business wanting to work with the government should consider SAP as part of their business strategy. It’s the simplest way to bid on any government contract. 

In SAP contracts, agencies don’t need to follow traditional rules which means less paperwork and lower costs, for both the government and the small business. 

With this in mind, it’s time you get to know your potential clients, here’s a list of the top 10 agencies this 2021, according to their budget allocation for SAP contracts.

1. Defense Logistics Agency (DLA) – $1.5B

The Defense Logistics Agency (DLA) is responsible for nearly every consumable item used by the U.S. military forces worldwide, which is why it comes first on our list with a whopping budget of $ 1.5B.

The DLA has been eager in finding potential small business suppliers, as they continuously engage in outreach efforts to teach people how to do business with them. Each year, the agency participates in and sponsors or co-sponsors a significant number of small business events.

2. Department of Veterans Affairs (VA) – $921M

The Department of Veterans Affairs (VA) provides vital services to America’s veterans such as health care services, benefits programs, and access to national cemeteries to former military personnel and their dependents.

This agency is serious about maximizing the use of various small business programs. The products and services they acquire are for a nationwide system of hospitals, clinics, Veterans Integrated Service Networks (VISN), data processing centers, and National Cemeteries.

3. Department of the Army (USA) – $442M

The United States Department of the Army (DA) is the Military Department within the United States Department of Defense. In doing business with them, you should identify which army organization is interested in your product or service.

There are five U.S. army buying commands: Army Materiel Command (AMC), Army Corps of Engineers (USAE), Army Medical Command (MEDCOM), National Guard Bureau (NGB), and Army Futures Command. Each buying command has different needs.

4. Department of the Navy (USN) – $352M

The Department of the Navy’s primary mission is to protect the country by effective prosecution of the war at sea.

The contracting functions of this agency are decentralized which means your market research should extend beyond the geographical bounds of your city, state, and region. Each Navy or Marine Corps major buys their own supplies and services that support their own mission. 

5. Department of the Air Force (USAF) – $300M

The Department of the Air Force defends the country through control and exploitation of air and space. 

The organization offers the Air Force Acquisition Process Model (APM), which serves as the central knowledge warehouse. This acts as the gold standard for the acquisition process. 

The Air Force also has small business specialists around the country who can help your company identify and respond to every type of procurement opportunity the Air Force offers.

6. Federal Aviation Administration (FAA) – $261M

The FAA issues and enforces regulations involving manufacturing, operating, and maintaining aircraft. 

The FAA’s regulatory and air traffic control functions are carried out in approximately 1,000 staffed facilities throughout the United States, Puerto Rico, Virgin Islands, Guam, American Samoa, Saipan and the Marshall Islands. 

They rely on equipment, systems, supplies, services, and construction provided by commercial, educational, and non-profit businesses, organizations, and individuals, to function as an agency.

7. United States Mint (USMINT) – $232M

The United States Mint is a bureau of the Department of the Treasury responsible for producing coinage for the country, as well as controlling the movement of bullion.

It is part of the Treasury Department’s policy to provide opportunities in its acquisitions to small businesses.

These businesses are also given the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance.

8. Federal Prison System / Bureau of Prisons – $216M

The Federal Bureau of Prisons (BOP) aims to protect the society by confining offenders in the controlled environment of prisons and community-based facilities that are safe, humane, and cost-efficient.

Since SAP in BOP involves obtaining either oral or written price quotes, the award is given on the quote that represents the best value, when price and other factors are considered.

Moreover, each BOP facility is responsible for buying their own necessary supplies, services, and equipment.

9. US Coast Guard (USCG) – $197M

The Coast Guard is a unique branch of the military that’s responsible for an array of maritime duties, from ensuring safe and lawful commerce to performing rescue missions in severe conditions. 

They manage a multi-billion-dollar recapitalization investment portfolio of acquisition programs across three major product lines: surface, aviation, C4ISR systems. This agency has monthly Vendor Outreach Sessions and small businesses are encouraged to register for one of these sessions.

10. US Census Bureau – $172M 

The Census Bureau is dedicated to providing current facts and figures about the country’s people, places, and economy. They are currently interested in working with people in the Information Technology Directorate (ITD) industry.

The agency is aiming towards giving more business opportunities for small business owners, as there is a growing need for the management of  data collection and processing

RESOURCES

The list found in this article and their respective ranking was taken from usaspending.gov, wherein federal agencies were ranked from highest to lowest, according to their cumulative government spending in 2021 for SAP contracts.

Sources Sought: Philadelphia Fire Systems Services

The Department of Veterans Affairs, Veterans Affairs Corporal Michael J. Crescenz Philadelphia VA Medical Center, has required labor, materials, and travel to provide Fire System Services at the Philadelphia VA Medical Centers and associated buildings/locations (listed in the SOW). Potential Sources shall respond with their ability to provide these services as outlined in the draft SOW (Attachment 1). The North American Industry Classification System (NAICS) code being considered for this procurement is 561621 Security Systems Services (except Locksmiths), and the Product Service Code (PSC) is J063 Maint/repair/rebuild Of Equipment- Alarm, Signal, and Security Detection Systems. The Small Business Size Standard is $22.0 million.

  • Product Service Code: J063 – MAINT/REPAIR/REBUILD OF EQUIPMENT- ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS
  • NAICS Code: 561621 – Security Systems Services (except Locksmiths)
  • Place of Performance: VAMC Philadelphia, 19104 USA
  • Original Response Date: Dec 16, 2020, 10:00 am EST

Full details via beta.sam.gov


govcon giants logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

Sources Sought: Engineering Services For VA NJ Health Care System

The Department of Veterans Affairs is seeking a qualified Architect-Engineering (AE) firm to provide Schematics, Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, As-Built Documentation, and all other related information for Project 561A4-18-113 Correct FCA D & F Deficiencies Boiler Plant at the VA NJ Health Care System, Lyons campus, NJ, 151 Knollcroft Road, Lyons, NJ, 07939. This requirement is being procured in accordance with the Brooks Act as implemented in FAR Subpart 36.6. Applicable NAICS code is 541330 and small business size standard of $16.5 Million. Magnitude of Construction is between $2,000,000.00 and $5,000,000.00. This is a 100% Service-Disabled Veteran-Owned Small Business Set Aside.

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: C1DA – ARCHITECT AND ENGINEERING- CONSTRUCTION: HOSPITALS AND INFIRMARIES
  • NAICS Code: 541330 – Engineering Services
  • Place of Performance: VA NJ Health Care System, Lyons campus, NJ, 151 Knollcroft Road, Lyons, NJ, 07939, 07939 USA
  • Original Response Date: Dec 11, 2020, 02:00 pm EST

Full details via beta.sam.gov


govcon giants logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

Sources Sought: Fire Suppression Systems – Maintenance, Repair and Testing

The Department of Veterans Affairs, James J. Peters VA Medical Center, Network Contracting Office (NCO) 2 is conducting a market survey for vendors capable of providing FIRE SUPPRESSION SYSTEMS at the New York Harbor Healthcare System, Brooklyn VA and St. Albans Community Living Center ( SA CLC ). The contractor shall obtain maintenance and repair services (if required), inspections, and testing Fire Suppression Systems and associate Equipment to include Fire Pump(s), Sprinkler System(s) Waterflow devices, Tamper Switches, Kitchen Fire Suppression Systems and Dry/Pre-Action Sprinkler System(s).

All responses to this notice MUST be submitting in writing and emailed to charnell.cunningham@va.gov and must be received not later than October 16, 2020 at 10:00am EST. Interested parties shall provide company/individual name, a capability statement, examples of same or similar work performed at other facilities (resumes), DUNS number and address, point of contact and social-economic. Interested parties who do not submit the above information on or before the response due date and time may not be considered for this procurement.

  • Product Service Code: J012 – MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT
  • NAICS Code: 238220 – Plumbing, Heating, and Air-Conditioning Contractors
  • Place of Performance: New York Harbor Healthcare System Brooklyn and St, Albans campuses, NY
  • Original Response Date: Oct 16, 2020 10:00 am EDT

Full details via beta.sam.gov


govcon giants logo Check out our RESOURCES page for a sample letter that we use in response to government market research.

Department of Veterans Affairs Looking For Possible Contractors For Calibration of Biomedical Test Equipment

The VA Heartland Network 15, Contracting Office located at 3450 South 4th Street, Leavenworth, KS, 66048-5055 is seeking a potential qualified contractor to provide Calibration of Biomedical Test Equipment Service for the Department of Veterans Affairs, John Cochran and Jefferson Barracks Divisions of the St Louis Health Care System.

Currently a total set-aside for Service Disabled Veteran Owned Small Business firms is anticipated based on the Veterans Administration requirement with Public Law 109-461, Section 8127 Veterans Benefit Act and VAAR 808.002 (Class Deviation), Priorities for use of Department of Veterans Affairs (VA).

Notice to potential offerors:

All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM located on the web at www.sam.gov). Additionally, all Service Disabled Veteran Owned Businesses or Veteran Owned Businesses who respond must be registered with the Department of Veterans Affairs Center for Veterans Enterprise VetBiz Registry located at http://vip.vetbiz.gov.

Any response to this source sought from Interested parties must be received August 19, 2020 at 8:00am NLT 

Attention: Alejandra Sierra, Contracting Officer. Email: alejandra.sierra@va.gov