Washington Bids > Bid Detail

Vitro 5600 Chemistry Analyzers, Brand Name or Equal

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159349163207609
Posted Date: Nov 25, 2023
Due Date: Nov 30, 2023
Source: https://sam.gov/opp/2349f681b2...
Follow
Vitro 5600 Chemistry Analyzers, Brand Name or Equal
Active
Contract Opportunity
Notice ID
75H71324Q00019
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
INDIAN HEALTH SERVICE
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-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Nov 24, 2023 03:48 pm PST
  • Original Response Date: Nov 30, 2023 10:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 15, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
  • NAICS Code:
    • 325413 - In-Vitro Diagnostic Substance Manufacturing
  • Place of Performance:
    Toppenish , WA 98948
    USA
Description

This is a Sources Sought Notice Announcement only. This advertisement is not a solicitation for offers, nor is it a request for quotes. A request for quotes may be issued at a later date.





We are seeking responsible vendors to supply a brand name or equal, deliver, and install, 1 Each Vitros 5600 Integrated System (Brand) or Equal). See attached salient specification for details. Firms shall demonstrate capability to provide cost-per-test and cost-per restorable result program for use of the equipment for up to 5 years, including options. Option Periods are as follows:



Base Period (12 Months)



Option Period I (12 Months)



Option Period II (12 Months)



Option Period III (12 Months)



Option Period IV (12 Months)



The purpose of this notice is to obtain information regarding: (1) the availability and capability of all qualified native small businesses, small businesses, or large businesses: (2) whether they are: HUBZone small businesses: service-disable, veteran owned small businesses; (8a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification according to the North American Industry Classification System (NAICS), 325413 code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. This notice is in accordance with 25 USC 14, Buy Indian Act with preference to be given to Indian Small Business Economic Enterprises (ISBEE) and/or Indian Economic Enterprises (IEE).



Interested parties shall not be reimbursed for costs associated with preparation of their responses. Any proprietary information should be marked. Interested organizations presenting a Capability Statement in response to this Sources Sought Notice must identify their size status.



Respondents must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application.



Responses should include: (1) Business Name, (2) Point of Contact Name, Phone Number, and E-mail Address, (3) UEI, and NAICS code, (4) Business Size SMALL OR LARGE, (5) Type of Business NATIVE OWNED, SERVICE DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUBZone, WOMEN-OWNED, etc., (6) Demonstration capability, and capacity to furnish services. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to the Point of Contact below in MS Word or Adobe Portable Document Format (PDF). All information submissions shall be received via e-mail to richard.dandasan@ihs.gov and stacy.hill@ihs.gov. E-mail shall include “75H71324Q00019” on the subject line.


Attachments/Links
Contact Information
Contracting Office Address
  • 1414 N.W. NORTHRUP STREET SUITE 800
  • PORTLAND , OR 97209
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 24, 2023 03:48 pm PSTSources 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 >