Inactive
Notice ID:36C25622Q0855
Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25622Q0855 BACKGROUND: Background: Th...
Department of Veterans Affairs Network Contracting Office 16 - HOUSTON In Support of the Michael E. DeBakey VA Medical Center (MEDVAMC) REQUEST FOR INFORMATION 36C25622Q0855 BACKGROUND: Background: The Michael E. DeBakey VA Medical Center (MEDVAMC) is requesting the purchase and installation of a Thermo Scientific Large-Capacity Reach-In CO2 Incubator for the Microbiology Laboratory. The Laboratory Incubator is a heated, insulated box used to grow and maintain various cultures and store large volumes of patient or clinical samples, perform short-term growth studies, and grow large-volume products requiring precise incubation. Project Scope: The following components are needed for the areas specified above. Item # Description/Part Number* Qty 3950 LG CAP ADV CO2 INC 29 CU FT (Thermo Scientific Large-Capacity Reach-In CO2 Incubator, 120V) 1 Requirements: Temperature: Control: ±0.1°C Range: 5°C above ambient to 60°C (140°F) Uniformity: ±0.3°C @ 37°C (98.6°F) Tracking Alarm: User-programmable low Overtemperature: Sensor: Precision thermistor Setability: 0.1°C Function: User-programmable, action (shuts off heat), and indicator Controller: Independent analog electronic Temperature Safety: Sensor: Independent thermostat Controller: Independent analog electronic CO2: Control: Better than ±0.1% Range: 0-20% Inlet Pressure: 15 PSIG (1.0 bar) Sensor: T/C (thermal conductivity) Readability & Setability: 0.1% Tracking Alarm: User-programmable high/low Unit Heat Load: 115V/230V: 510 BTUH (150 Watts), 129 kcal per hour Electrical: 120 V, 60 Hz, Dimensions: Exterior: 38.0 W x 80.0 H x 33.0 F-B (96.5cm x 203.2cm x 83.8cm) REQUESTED RESPONSES: The intent of this Request for Information is to establish sources to define the procurement strategy (e.g set-aside, sole source, unrestricted) for a solicitation that VA intends to post soon. Interested contractors are requested to respond in accordance with the following: Please respond to this RFI if you can provide the name products listed in section above. In the response please cite your business size status. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please respond to this RFI if you can provide supplies that may be determined EQUIVALENT to the products listed in the table in the background section above. Please provide details on the proposed EQUIVALENT products such as Manufacturer Name, Part Number, and Description. If you have an existing GSA or VA, Federal Supply Schedule contract, please include the contract details in your response. DISTRIBUTORS: You must provide proof that you are an authorized distributor. VA does not accept grey market items. Please note that VA is particularly interested in determining the availability of Small Business Manufacturers. If your company is a small business manufacturer of potentially equivalent items, please respond to this RFI. Vendors are requested to submit estimated market research pricing with their responses. The estimated pricing will be considered when determining the procurement strategy for the future solicitation. (e.g. if CO determines that capable small businesses cannot provide fair and reasonable pricing, then the solicitation will not be set-aside). Please note that if no responses to this notice are received, from either authorized distributors of the cited brand name nor from manufacturers marketing a potentially equivalent brand, then this action will be sole sourced to the manufacturer cited in the Background section above. CONTACT INFORMATION AND RESPONSE DUE DATE: Please email all responses to Kelly.Han@va.gov. Please respond to this RFI no later than May 4, 2022 by 1300 CST. DISCLAIMER: This RFI is issued solely for informational and planning purposes and does not constitute a solicitation. Responses to this notice are not offers and cannot be accepted by the Department of Veterans Affairs to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI.