Description
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY FY23. This Request for Information (RFI) is intended for information and planning purposes only at this
time; and shall not be construed as a solicitation or as an obligation on the part of the Department of Veterans Affairs. Because this is a Request for Information announcement, no
evaluation letters and/or results will be issued to the respondents. This is Not a request for quote, and no solicitation exist at this time. Therefore, do not request a copy of a
solicitation. Scope: The Pathology Department of the VA Pittsburgh Healthcare System (VAPHS) is requesting the purchase of (2) new Rotor Gene Q MDx US Platforms. All equipment will be
solicited and awarded together. This request is a brand name only requirement. The platforms and components will meet all specifications as described in this document. The Rotor-Gene Q
MDx is a real-time PCR cycler with a sophisticated heating and cooling design to achieve optimal reaction conditions. General Requirements: Specifications as set forth in this proposal
are minimum specifications and shall not be construed as limiting the overall quality, quantity, or performance of the instrument. The offerer shall meet or exceed the minimum
requirements and shall be held responsible for the performance and overall quality of the requested instrument during the instrument s warranty period. The instruments, based upon the
specifications requested, shall be the newest and the most current model. A refurbished is not acceptable. Brand name Rotor Gene Q MDx US Platform Deliverables (2) Rotor Gene Q MDx US
Platforms Installation, including Verification/Validation, Training: The vendor/distributor and/or the manufacturer must provide all necessary procedure manuals, troubleshooting manuals
and operator manuals. DELIVERY: Delivery Address: Pittsburgh VA Healthcare System Receiving Dock University Drive C Pittsburgh, PA 15204 Repair and Maintenance: The vendor will supply any
software updates, as they become available, free of charge Mandatory Value-Added Characteristics: These characteristics are mandatory and will be considered in the best-value
determination. Salient characteristics include, but are not limited to: Provide utility requirements (electrical, media disposal, etc.) which should include all necessary SDS documents.
Provide environmental requirements (heat/cool, humidity, light, etc.) and recommendations for instrument and testing material storage. The manufacturer should define maintenance
requirements and indicate what maintenance is performed by the user. Request for Information Instructions 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 mentioned above. Responses to this RFI should include company name, address, point of contact, phone
number, and point of contact e-mail, DUNS Number, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) 339112 (size standard of 1000 employees).
Please answer 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? If not, Can you provide additional information shown below. This
is to confirm compliance with the non-manufacturer rule IAW 13 CFR 121.406(b) Nonmanufacturers. Does your company exceed 500 employees Primarily engaged in the retail or wholesale trade
and normally sells the type of item being supplied; Take ownership or possession of the item(s) with its personnel, equipment or facilities in a manner consistent with industry practice;
Obtained an individual or class waiver? (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) If you intend to subcontract any work on this contract, what portion of the
total cost will be self-performed/will be performed by your organization? Please provide estimated detailed percentage breakdowns related to sub contracted work and completion of job. (7)
Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract number. (8) If you are an FSS
GSA/NAC contract holder or other federal contract holder, are the items/solution you are providing information for available on your schedule/contract? (9) General pricing of your
products/solution is encouraged. Pricing will be used for the purpose of market research only. It will not be used to evaluate for any type of award. (10) Please submit your capabilities
in regard to the salient characteristics detailed above and any information pertaining to equal to items to establish capabilities for planning purposes? (11) Please review salient
characteristics/statement of work (if applicable) and provide feedback or suggestions. If none, please reply as N/A. (12) Please provide your DUNS number. This RFI will be conducted in
accordance with Federal Acquisition Regulation (FAR) Part 13. Telephone responses will not be accepted. Responses must be received via e-mail to no later sarah.chrostowski@va.gov than, 4
PM Eastern Standard Time (EST) on May 4, 2023 with 36C24423Q0800 in the subject line. This notice will help the VA in determining available potential sources only. Do not contact VA
Medical Center staff regarding this requirement, as they are not authorized to discuss this matter related to this procurement action. All questions will be addressed by the Contract
Specialist, Sarah Chrostowski. All firms responding to this Request for Information are advised that their response is not a request for proposal, therefore will not be considered for a
contract award. If a solicitation is issued, information will be posted on the beta.sam web site for all qualified interested parties at a later date and interested parties must respond
to the solicitation to be considered for award. This notice does not commit the government to contract for any supplies or services. The government will not pay for any information or
administrative cost incurred in response to this Request for Information. Information will only be accepted in writing by e-mail to Contract Specialist, Sarah Chrostowski. 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. 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. End of Document