SOURCES SOUGHT
66 -- Chemistry Analyzer
- Notice Date
- 6/22/2009
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- F2X4A29112AG01
- Archive Date
- 7/21/2009
- Point of Contact
- Genell S. Carter, Phone: 334-953-5866, Christopher Marquis, Phone: 334-953-6776
- E-Mail Address
-
genell.carter.ctr@maxwell.af.mil, christopher.marquis@maxwell.af.mil
(genell.carter.ctr@maxwell.af.mil, christopher.marquis@maxwell.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS: THIS IS A SOURCES SOUGHT SYNOPSIS ANNOUNCEMENT; A MARKET SURVEY FOR INFORMATION ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE PURPOSE OF THIS SYNOPSIS IS TO GAIN KNOWLEDGE OF POTENTIALLY QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (SMALL BUSINESS, LARGE BUSINESS, ETC.) PLEASE DO NOT REQUEST A COPY OF A SOLICITATION, AS ONE DOES NOT EXIST. The Government is seeking qualified, experienced sources interested in providing the equipment described below in the specifications. Therefore, the Government is requesting that interested concerns furnish the following information: (1) Company name, address, point of contact, telephone number and e-mail address. (2) Type of business, i.e., small, small disadvantaged, woman-owned, Hub Zone, serviced-disabled veteran-owned small business, large business, etc. under North American Industry Classification System (NAICS) 334513 which contains a size standard of 500 employees. (3) The Government contemplates award of a firm-fixed price IDIQ contract. (4) This requirement is to provide lease equipment as outlined. State whether lease equipment can be obtained under an existing Government wide agency contract, (i.e. GSA, VA, etc). If so, please include contract number and expiration date. (5) Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, contract number, total contract value, and period of performance. Contracts must be same or similar to the work described in the SPECIFICATIONS: (6) Please describe any customary commercial contract terms or conditions you feel would make any resulting contract more effective. (7) The contractor shall provide detailed specifications of chemistry analyzer including conformation that it is compatible with these reagents listed. (8) The contractor shall be able to fully service Siemens equipment SPECIFICATIONS: Contractor must provide leased CHEMISTRY ANALYZER compatible with reagent listed below for the 42nd Medical Group, 300 S. Twining Street, Building 760, Maxwell AFB, AL., 36112. The approximate usage performed is about 147,134 tests per year. The leased instrument must be the "Siemens Dimension ExL Max with Homogeneous Immunoassay Module" Brand Name or equal. The chemistry analyzer must provide a single integrated chemistry analyzer for performing all general chemistries, thyroid panels, HA1c, PSA, and bHCG. 91 on-board method storage capability (88 FLEX and 3 IMT). Analyzer must not exceed a footprint 17.5 sq. ft (2.5ft.by 7ft.). Analyzer must not use more than one 115V dedicated outlet. Analyzer must not consume more than 4 liters of water per hour while processing. Analyzer must not require a floor drain. Time required for daily maintenance or startup must not exceed 5 minutes. Reagent System Analyzer must have a calibration interval of no less than 30 days for all tests to be performed. There must not be any sample pre-treatment for HA1c, HDL, or LDL. All chemistries to be performed must have FDA clearance for plasma application including PSA. All reagents must be ready to use directly from the refrigerator without mixing or equilibration to room temperature. Analyzer must be capable of automatic reflex testing, automatic repeat of panic values and automatic dilution of all tests, if needed. Operator must be able to add and to remove reagents on-the-fly while instrument is sampling and /or processing. Analyzer must be able to switch calibration curves of different reagent lot numbers of the same test automatically while processing. Automated calibration feature. No decision process required by operator. 6 month AMR validation required only on CL, NA, K, HA1C. Analyzer must not be able to perform patient testing on un-calibrated reagent. Streamlined barcode QC processing. USB Memory Stick data backup feature. 3rd gen TSH and FT4 available. HA1c must not have easy sample pre-treatment and must maintain barcode identification of primary sample tube. Analyzer must have open channel capability for user-defined tests, i.e. G6PD. Analyzer must be a fully automated chemistry analyzer with homogeneous immunoassay module, to include (1) Millipore AFS-10AD water system. This equipment will be used for testing of samples for all general and special chemistry. The Period of Performance will be a Base Year (1 Oct 09-30 Sep 10) plus four (4) One Year Options (1Oct 10-30 Sep 14). The chemistry analyzer must include the following: Warranty and Services: 5 year standard service coverage (M-F, 8-5); all PMs, parts and emergence visits during working hours are included. Installation and Training: Installation and correlation assistance provided; training for two (2) persons. Chemistry analyzer shall be The Dimension ExL Max with Heterogeneous Immunoassay Module. The government will purchase the following supplies listed: (Maximum quantities for base year listed) ITEM NO SUPPLIES/SERVICES QUANTITY UNIT 0001AA Albumin; Cat No. DF13 22 Carton 0001AB Blood Urea Nitrogen; Cat No. DF21 29 Carton 0001AC Calcium; Cat No. DF23A 22 Carton 0001AD Cholesterol; Cat No. DF27 17 Carton 0001AE Creatinine; Cat No. DF33A 22 Carton 0001AF Enzymatic Carbonate; DF137 29 Carton 0001AG Liquid Glucose; DF40 8 Carton 0001AH Phosphorus; Cat No. DF61 5 Carton 0001AJ Revised Total Bilirubin; Cat No DF167 22 Carton 0001AK Total Protein; Cat No. DF73 22 Carton 0001AL Uric Acid; Cat No. DF77 5 Carton 0001AM Alkaline Phosphatase; Cat No. DF15A 22 Carton 0001AN Creatine Kinase; Cat No DF29A 3 Carton 0001AP Revised Direct Bilirubin; Cat No DF125 8 Carton 0001AQ Gamma GT; Cat No. DF45A 5 Carton 0001AR GOT/AST; Cat No. DF41A 30 Carton 0001AS GPT/ALT; Cat No. DF43A 43 Carton 0001AT Lactic Dehydrogenase; Cat No. DF53A 5 Carton 0001AU Revised TGL; Cat No. DF69A 17 Carton 0001AV Dimension ETOH Flex Re; Cat No. DF22 3 Carton 0001AW Amylase; Cat No. DF17A 5 Carton 0001AX Magnesium; Cat No. DF57 11 Carton 0001AY Free T4; Cat No. RF410 47 Carton 0001AZ LHCG; Cat No. RF530 87 Carton 0001BA Hemoglobin A1C; Cat No. DF105 86 Carton 0001BB Total PSA; Cat No. RF451 25 Carton 0001BC TSH; Cat No.RF412 35 Carton 0001BD Revised AHDL; Cat No. DF48A 33 Carton 0001BE Quiklyte Dil Check; Cat No.S640 4 Carton 0001BF Quiklyte Flush Solution;Cat No. S630 6 Carton 0001BG Quiklyte IMT Cartridge;Cat No. S600 19 Carton 0001BH Quiklyte SampleDiluent; Cat No 5665 3 Carton 0001BJ Quiklyte Standard A; Cat No. S620 8 Carton 0001BK Quiklyte Standard B; Cat No. S625 6 Carton 0001BL Salt Bridge Solution; Cat No. D105 6 Carton E-mail responses to this request for information are preferred, and should be sent to: genell.carter.ctr@maxwell.af.mil and sandra.turner@maxwell.af.mil. All questions must be submitted in writing and forwarded to the aforementioned points of contact. Mrs. Genell Carter can be reached by phone at 334-953-5866 and Mrs. Turner can be reached at 334-953-5456. Mailed responses should be submitted to the attention of Genell Carter, 42d Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334. The due date and time for responses to this synopsis is 1:00 pm Central Daylight Savings Time on 6 Jul 09. PAST PERFORMANCE INFORMATION: The three most recent and relevant references (whether federal, state or local government or private industry.) Relevant information must be related to same or similar equipment. Past Performance Information must include the following. 1. Contracting Agency:_____________________________________________________________ 2. Contract Number: _______________________________________________________________ 3. Type of Contract (Firm Fixed Price, Cost Reimbursement, Requirements____________________ 4. Title of Contract:_________________________________________________________________ 5. Description of Work Performance___________________________________________________ 6. Contract Dollar Amount: __________________________________________________________ 7. Period of Performance:____________________________________________________________ 8. Name, Address, Fax and Telephone No:______________________________________________ 9. Comments regarding compliance with terms and conditions:_______________________________
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2X4A29112AG01/listing.html)
- Place of Performance
- Address: MAFB, AL, Montgomery, Alabama, 36112, United States
- Zip Code: 36112
- Zip Code: 36112
- Record
- SN01852533-W 20090624/090623000025-8e59e0966e97c99cf9640d9efa509f56 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |