Sources Sought Notice Sources Sought Notice Page 4 of 4 Sources Sought Notice Page 1 of 4 REQUEST FOR INFORMATION / SOURCES SOUGHT INQUIRY THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The Department of Veterans Affairs Network Contracting Office (NCO) 19, Rocky Mountain Acquisition Center (RMAC) is seeking information and sources that can provide Rapid (< 30 minutes) Waived Molecular Point of Care, Cost-Per-Test (CPT) testing for SARS-CoV-2/Influenza A/B and Strep Group A using Bench-Top Analyzers for the Oklahoma City VA Health Care System. The specific locations are listed in the table below: Location Address Oklahoma City VA Medical Center, Emergency Department 921 N.E. 13th Street Oklahoma City, OK 73104 Oklahoma City VA Medical Center, Express Care Clinic 921 N.E. 13th Street Oklahoma City, OK 73104 Oklahoma City VA Medical Center, Microbiology Lab 921 N.E. 13th Street Oklahoma City, OK 73104 Ardmore VA Clinic 2002 12th Ave NW, Suite E Ardmore, OK 73401 Lawton/Ft. Sill VA Clinic 4303 Pittman and Thomas, Building 4303 Ft Sill, OK 73503 North Oklahoma City VA Clinic 14400 Bogert Parkway Oklahoma City, OK 73134 South Oklahoma City VA Clinic 7919 Mid America Blvd. Oklahoma City, OK 73135 Stillwater VA Clinic 320 N. Perkins Avenue Stillwater, OK 74075 Wichita Falls VA Clinic 2600 Central Freeway, Suite 180 Wichita Falls, TX 76306 Clinton VA Clinic 315 W. Gary Blvd. Clinton, Ok 73601 Norman VA Clinic 1020 24th Avenue NW Norman, OK 73069 Yukon VA Clinic 1808B Commons Circle Yukon, OK 73099 Enid VA Clinic 915 E Owen K Garriott Road Enid, OK 73701 Shawnee VA Clinic 3700 N Kickapoo Avenue Shawnee, OK 74804 Definitions: Waived testing is a one- to two- step process, requiring minimal interpretation, with low risk of error, that can be performed by anyone without special training or certification as determined by the federal program, Clinical Laboratory Improvement Amendment (CLIA). Cost Per Test is an all-inclusive price based on a minimum of disposables per month. The contractor is required to furnish all supplies necessary to operate the contractor s equipment for the testing menu as defined, including the bench-top analytical system for the rapid molecular testing of SARS-CoV-2/Influenza A/B and Strep Group A, supplies to operate the analyzers, server (if needed) - whether it be physical or virtual, software for integrating all instruments for easy and smooth workflow, bi-directional with lab information system, Veterans Health Information Systems and Technology Architecture (VISTA), training, and all preventive maintenance and repairs. Contractor shall provide all equipment, reagents, standards, controls, supplies, consumable/disposable items, parts, accessories, and any other item required for the proper operation of its' contractor-owned molecular Point of Care analyzers and peripherals necessary for the generation of CPT patient results on behalf of participating VISN 19 locations. A services component will also be included in the contract, to provide all maintenance, repairs, upgrades, trainings, and a Quality Control program (if needed). Equipment supplies and services shall be provided. Requirement also requires the following: Equipment and tests must be U.S. Food & Drug (FDA) approved Complexity: CLIA waived tests only Rapid = sample to result within 30 minutes or less Uses molecular based testing = reverse transcription-polymerase chain reaction (RT-PCR) methodology POC analyzers must be small enough to sit upon a bench top with dimensions no larger than 12 inches (width) x 12 inches (height) x 12 inches (depth) The NAICS code is 334516 Analytical Laboratory Instrument Manufacturing. Small Business Size Standard is 1,000 employees. This is a request for information and sources only, which may or may not lead to a future solicitation! This is not a request for proposal (RFP). No questions will be answered. The VA will not pay for any information received resulting from this, sources sought notice. Information should be forwarded to the Contracting Officer. If your organization can provide these services and is interested in this opportunity, please respond to the Tania Urenda, Contracting Officer, Department of Veterans Affairs via e-mail at Tania.Urenda@va.gov and NCO19Services2@va.gov with a statement describing your capabilities. The capability statement shall include a point of contact, complete mailing address, telephone number, email address and state the company s business size status. Please fill in and return the contractor information table below. The deadline for this information is 9 AM Mountain Time, on Thursday, March 28, 2024. In response to this announcement, please provide the information below: 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 FSS/GSA Contract Holder: Yes No FSS/GSA Contract Number: Effective Date/ Expiration Date: Proposed solution is listed and available on the above FSS/GSA Contract: Yes No
Background
The Department of Veterans Affairs Network Contracting Office (NCO) 19, Rocky Mountain Acquisition Center (RMAC) is seeking information and sources that can provide Rapid (< 30 minutes) Waived Molecular Point of Care, Cost-Per-Test (CPT) testing for SARS-CoV-2/Influenza A/B and Strep Group A using Bench-Top Analyzers for the Oklahoma City VA Health Care System. The specific locations for the required testing are listed in the solicitation.
Work Details
The specific products required include rapid (<30 minutes) waived molecular point of care, cost-per-test (CPT) testing for SARS-CoV-2/Influenza A/B and Strep Group A using bench-top analyzers. The testing must be provided at various locations including the Oklahoma City VA Medical Center, Emergency Department, Express Care Clinic, Microbiology Lab, as well as several other VA clinics in Oklahoma and Texas. The equipment and tests must be U.S. Food & Drug (FDA) approved, with complexity limited to CLIA waived tests only. The POC analyzers must be small enough to sit upon a bench top with dimensions no larger than 12 inches (width) x 12 inches (height) x 12 inches (depth).
Period of Performance
The deadline for providing the required information is 9 AM Mountain Time on Thursday, March 28, 2024.
Place of Performance
The place of performance is primarily at the Department of Veterans Affairs Oklahoma City VA Health Care System located at 921 N.E. 13th Street, Oklahoma City, OK 73104. However, testing is also required at various other VA clinic locations in Oklahoma and Texas.