Sources Sought Notice Sources Sought Notice Page 6 of 6 *= Required Field Sources Sought Notice Page 1 of 6 DESCRIPTION SOURCES SOUGHT_HISTOSMATE VAMC West Haven CT is currently looking to purchase a Histosmate. Brand name only will be considered. PURCHASE ORDER FOR THE PURCHASE OF A HISTOSMATE. THIS IS A SOURCES SOUGHT NOTICE ONLY FOR VAMC WEST HAVEN CT. PURCHASE REQUISITION: 689-25-3-7821-0053: This announcement is seeking information from the industry, which will be used for preliminary planning purposes for an open market procurement. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. THIS IS STRICTLY MARKET RESEARCH. The purpose of this synopsis is to gain knowledge of interest, capabilities, and qualifications of various members of industry, who have the capability to supply a HistosMATE. . Supplying this request includes the supply/delivery of the HistosMATE, as listed in the Description/Itemization, and detailed in the SOW (Statement of Work) listed on pages 5-6, below: DESCRIPTION OF REQUIREMENT Description Manufacturer Model Number Quantity Unit of Purchase HistosMATE Milestone Medical 65281 1 EA VAMC West Haven CT: HistosMATE. This Sources Sought is a Brand Name only procurement. The histology section of the Anatomic Pathology Laboratory Department requires a HistosMATE to clean and decontaminate processing racks, molds, forceps and tweezers used for diagnosis of patient tissue and fluids. The HistosMATE is used in daily operations to prevent cross contamination and ensure efficient and accurate patient care. The work shall include product order, delivery, and support as listed in the Description/Itemization above, and as required to achieve the purpose as detailed in the SOW. The standard warranty will be provided at no additional cost. The vendor must also demonstrate they are fully capable to supply the required products. The equipment must be free of debris, clean, and safe for use always. All distributors authorized to distribute the required product listed above, should submit the attached area of consideration with their response: The eventual vendor must satisfy the following criteria: delivery on or during the week as agreed upon with the customer after the final selection is made, the technical requirement of supplying the brand name equipment as specified and providing a quote at a fair and reasonable price that affords best value. Prior Government contracts are not required to submit a response under this Sources Sought notice. The intent of the Sources Sought is to identify vendors/distributors in the open market who can fulfill the requirements for distributing the HistosMATE as stated in the SOW included below. All work for the resulting contract shall be completed by the selected vendor for the requirement in accordance with the SOW. This notice is published to conduct market research to determine if there are enough vendors in the open market who can supply this order in aggregate, while affording competition to the maximum extent possible. All interested firms must be registered in SAM (System for Award Management) to be eligible for award of Government contracts. Interested parties responding to this Sources Sought request shall submit the following information at a minimum: Company name and address, point of contact with phone number, and DUNS number. Documentation relating to capability of performance including installation in a hospital environment, training, and a current point of contact and phone number). Socio-economic status to identify business class as being a large business, SDVOSB, VOSB, small\business, Woman Owned, etc. Service Area Any other pertinent company documentation, prior to submission of offers to a solicitation. Any SD/VOSB firms responding to this Sources Sought Notice must also provide proof of registration in the SBA VetCert, prior to submission of offers to a solicitation. The response date to this Sources Sought notice is May 5th, 2025, at 16:30 PM EST (Eastern Standard Time): This market research is for informational and planning purposes. This is not a solicitation and does not obligate the Government to issue a solicitation. Please be advised the Government will not pay any costs for responses and information submitted. All submissions are acceptable via juliette.buchanan@va.gov. RESULTS INFORMATION: Respondents will not be notified of the results, and it is at the discretion of the Government to utilize results. Firms responding to this Sources Sought announcement, who fail to provide ALL the required information requested, will not be used to help the Government make the acquisition decision, which is the intent of this sources sought announcement. The official notice will be issued on Federal Business Opportunities www.fbo.gov. Pathology & Laboratory Medicine Service Statement of Work Vendor to provide equipment meeting or exceeding the below specifications for the Boston VAMC. Summary: The West Haven VAMC needs a HistosMATE for Anatomic Pathology. The unit must meet the brand and specifications listed below. Specifications for Equipment: These are the minimum specifications needed for the supply order West Haven VAMC requires: 1 each- HistosMATE, SINGLE PK 65281 Cabinet: Heavy duty industrial grade external chassis "HistosMATE" software, intuitive, user-friendly Software controlled temperature and time Cabinet coating resistant to acid and organic solvents Cavity: All stainless steel Powered with 1 resistance heating element (2x200 W) controlled by PID technology Magnetic stirrer with speed control (200-600 RPM) Built-in PT100 Temperature sensors Tube for paraffin draining Accessories included (P/N: HMS01): Exhaust tube (2.5 m) feet (P/N 50332) Stainless steel basket for automatic removal of wax traces from metal molds, forceps Dimensions : cm 30 W x 46.5 H x 51.5 D - 11.81" x 18.30" x 20.27" Total Weight: 35 Kg - 77.16 lb Power Supply: 115 VAC - 60 Hz - 700VA No connection to the VA Network is needed for this equipment. FMS delivery from warehouse to laboratory will be needed. Delivery Schedule Delivery schedule shall occur from 7:00 a.m. to 3:30 p.m., Monday through Friday, excluding Federal Holidays. Delivery Location Contractor shall deliver all equipment to the: VA West Haven CT 950 Campbell Ave. West Haven, CT 06516 ATTN: Courtney Szumilas Materials Provided -Vendor will be required to provide users manuals for each piece that may require them. -Vendor will be required to provide any cleaning methods/guidelines for each piece that may require them. Records Management Language for Statement of Work (SOW): The following standard items relate to records generated in executing the contract and should be included in a typical procurement contract: Citations to pertinent laws, codes, and regulations such as 44 U.S.C chapters 21, 29, 31 and 33; Freedom of Information Act (5 U.S.C. 552); Privacy Act (5 U.S.C. 552a); 36 CFR Part 1222 and Part 1228. Contractor shall treat all deliverables under the contract as the property of the U.S. Government for which the Government Agency shall have unlimited rights to use, dispose of, or disclose such data contained therein as it determines to be in the public interest. Contractor shall not create or maintain any records that are not specifically tied to or authorized by the contract using Government IT equipment and/or Government records. Contractor shall not retain, use, sell, or disseminate copies of any deliverable that contains information covered by the Privacy Act of 1974 or that which is generally protected by the Freedom of Information Act. Contractor shall not create or maintain any records containing any Government Agency records that are not specifically tied to or authorized by the contract. The Government Agency owns the rights to all data/records produced as part of this contract. The Government Agency owns the rights to all electronic information (electronic data, electronic information systems, electronic databases, etc.) and all supporting documentation created as part of this contract. Contractor must deliver sufficient technical documentation with all data deliverables to permit the agency to use the data. Contractor agrees to comply with Federal and Agency records management policies, including those policies associated with the safeguarding of records covered by the Privacy Act of 1974. These policies include the preservation of all records created or received regardless of format [paper, electronic, etc.] or mode of transmission [e-mail, fax, etc.] or state of completion [draft, final, etc.]. No disposition of documents will be allowed without the prior written consent of the Contracting Officer. The Agency and its contractors are responsible for preventing the alienation or unauthorized destruction of records, including all forms of mutilation. Willful and unlawful destruction, damage or alienation of Federal records is subject to the fines and penalties imposed by 18 U.S.C. 2701. Records may not be removed from the legal custody of the Agency or destroyed without regard to the provisions of the agency records schedules. Contractor is required to obtain the Contracting Officer's approval prior to engaging in any contractual relationship (sub-contractor) in support of this contract requiring the disclosure of information, documentary material and/or records generated under, or relating to, this contract. The Contractor (and any sub-contractor) is required to abide by Government and Agency guidance for protecting sensitive and proprietary information.