Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2009 FBO #2916
SOURCES SOUGHT

66 -- HEMATOLOGY ANALYZER LEASE

Notice Date
11/16/2009
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, Florida, 33621-5000, United States
 
ZIP Code
33621-5000
 
Solicitation Number
F2V4FM9281A001
 
Archive Date
12/8/2009
 
Point of Contact
Melissa A Robertson, Phone: 813-828-1187, Nicole M. Taylor, Phone: 813-828-7467
 
E-Mail Address
melissa.robertson@macdill.af.mil, nicole.taylor-02@macdill.af.mil
(melissa.robertson@macdill.af.mil, nicole.taylor-02@macdill.af.mil)
 
Small Business Set-Aside
N/A
 
Description
OFFICE: 6 CONS/ LGCA, 2606 Brown Pelican Ave, MacDill AFB, FL 33621 SUBJECT: Hematology Analyzer Lease DUE: 12:00 PM EST, 23 November 2009 POC: SrA Melissa Robertson, Contracting Specialist, Phone: (813) 828-1187; Fax: (813) 828-3667. DESC: This sources sought announcement is a market research tool for assessing industry interest in this potential requirement. The 6 CONS/LGCA at MacDill Air Force Base (Tampa), FL is seeking to identify sources that can provide 3 Hematology Analyzers and related materials based on the requirements below. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATIONS OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CONSTITUTE A PROCUREMENT COMMITMENT BY THE U.S. GOVERNMENT, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SYNOPSIS. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SYNOPSIS OR ANY FOLLOW-UP INFORMATION REQUESTS. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPERLY IDENTIFIED INFORMATION. For purposes of this RFI, the North American Industry Classification System (NAICS) Codes is 334516. The size standard is 500 employees. The place of performance for this requirement will be at the 6th Medical Group, MacDill AFB. The contractor shall provide all labor, tools and materials necessary to lease three (3) Hematology Analyzers (must also include reagents, training and actual test). We are looking for a base year plus four option years. PERFORMANCE WORK STATEMENT FOR Sysmex Hematology Analyzer SECTION TITLE 1.1 SCOPE OF WORK 1.2 POINT OF CONTACT 1.3 ORIENTATION 1.4 SPECIFIC TASKS 1.5 EDUCATION AND TRAINING REQUIRMENTS 1.6 EQUIPMENT ADMINISTRATIVE SUPPORT 1.7 ADMINISTRATIVE SUPPORT GENERAL 1.1 SCOPE OF WORK. This contract will continue to provide the laboratory with three Sysmex hematology analyzers and reagents needed for the laboratory to provide support to health care providers and subsequently the patients that receive medical care at the 6th Medical Group and Brandon Community Clinic. This contract also provides for training and a service contract which includes scheduled preventive maintenance, telephonic technical support as well as in-house service if needed. The Sysmex instruments are currently the 6th Medical Group's only source of providing hematology support for patient care. It is thoroughly integrated with the Medical Group's information system (IS) which includes all normal ranges, reference intervals and units of measurement. Sysmex service engineers perform calibrations twice per year with minimal down time to patient care. Sysmex unique advantages over other hematology systems include: advanced fluorescent (flow) technology for White Blood Cells (WBC), Reticulocytes, Platelets, Nucleated Red Blood Cells (NRBC), immature granulocytes, and FDA approved for body fluid cell counts. This same fluorescent technology, controls, and reagents are used across the entire Sysmex hematology platforms allowing for 100% standardization regardless of instrument model. Platelet counts are performed by two on-board methods (impedence and fluorescent optical) resulting in a more reliable count. The Sysmex instruments generate less hazardous waste (i.e., no cyanide, formaldehyde, or azide), during operation. To integrate a different hematology analyzer into the system would require retraining of all personnel, timely integration into the IS, and could create work-stoppage situations all which will have a tremendous negative impact on the continuity of patient care in the 6th Medical Group and Brandon Community Clinic. The Sysmex hematology analyzers have been very dependable and have produced quality results that have directly contributed to the mission of the 6th Medical Group. The contract period is from 1 Feb 2010 to 30 Sept 10 with (4) option years. 1.2 POINT OF CONTACT. A point of contact and liaison has been provided for the Laboratory staff at the 6th Medical Group. 1.3 ORIENTATION. The training required to operate this instrumentation has already been accomplished. 1.4 SPECIFIC TASKS. The instruments are used to analyze the following tests: WBC, Red Blood Cell Count (RBC), Hemoglobin (HGB), Hematocrit (HCT), Mean Corpuscular Volume (MCV), Mean Corpuscular Hemoglobin (MCH), Mean Corpuscular Hemoglobin Concentration (MCHC), Red Cell Distribution Width (RDW), Platelet Count, Mean Platelet Volume (MPV), Neutrophil %, Lymphocyte %, Monocyte %, Eosinophil %, Basophil %, Neutrophil #, Lymphocyte #, Monocyte #, Eosinophil #, Basophil #, and reticulocyte %. These analytes aid the health care providers in the diagnosis, treatment and prevention of disease. 1.5 EDUCATION AND TRAINING REQUIRMENTS. The staff is already familiar with the Sysmex instrumentation therefore no new training will be needed. 1.6 EQUIPMENT. The reagents are part of the contract that provides the analyzer at "No Cost" to the 6th Medical Group laboratory. 1.7 ADMINISTRATIVE SUPPORT. Administrative support not required but technical support is available per the maintenance portion of the agreement. *Firms responding to this RFI are asked to provide the following information in their initial response: company's full name, business size to include small business size categories, i.e., 8(a), Service Disabled-Veteran Owned Small Business, HUBZone, etc., GSA Schedule or Government Wide Acquisition Contract (GWAC) number (if applicable), CAGE Code, DUNS number, address, point of contact, and a clear indication as to whether or not they can provide the service the government is seeking. Final responses to this RFI will be due at 12:00 PM EST 23 November 09. Responses will be reviewed and may result in further clarifications to further explore commercial capabilities with selected respondents. As industry may expect to see portions of submitted information in future solicitations, portions of the response containing proprietary information should be clearly marked as such. Information submitted will not be returned to the respective respondents. Oral submissions of information are not acceptable and will not be accepted in response to this notice. The POC for this RFI is SrA Melissa Robertson, Contracting Specialist, Phone: (813) 828-1187; Fax: (813) 828-3667. Submit all responses via e-mail to melissa.robertson@macdill.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2V4FM9281A001/listing.html)
 
Place of Performance
Address: 6 MDG Clinic and Brandon Community Clinic, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02004964-W 20091118/091116235843-86fd9333de18a880e3f62cd257c5ae4a (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.