SOURCES SOUGHT
65 -- This is a Sources Sought/Request for Information. This notice is a request for information from Industry for Integrated Automated Laboratories for Pre-Analytical, Analytical and Post-Analytical Human Chemistry and Immunoassay Testing.
- Notice Date
- 10/18/2010
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W91YTZ-11-R-0001
- Response Due
- 10/22/2010
- Archive Date
- 12/21/2010
- Point of Contact
- Laura L Zabinski, 202-782-1173
- E-Mail Address
-
Medcom Contracting Center North Atlantic
(laura.l.zabinski.ctr@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS NOTICE IS FOR INFORMATION ONLY. An Award will not be generated from this notice or any responses to this notice. Statement of Need: This is required to design, develop and deploy the inaugural infrastructure of laboratory instrumentation, analysis systems and services for human specimen chemistry and immunoassay testing for the diagnosis and treatment of DoD personnel and dependent beneficiaries in the combined medical center system (JTF CAPMED) of the National Capitol Region (NCR). This objective of this is to define, design and acquire a standardized infrastructure of equipment, processes, systems, procedures and connectivity for human specimen chemistry and immunoassay laboratory instrumentation functionality across the NCR. The primary objective in its design is to develop a design framework for similar systems at future laboratories within the NCR, so as to assure the interoperability of personnel and systems amongst all such facilities within the NCR. The focus will be on laboratory automation to maximize turn-around-time (TAT) capabilities while minimizing hands-on manual technician involvement. The design of the deployed infrastructure will be driven by a comprehensive (LSS/DFSS) analysis of required services, workflow process, and the overall concept of operations. The design objective is to have every test to have a maximum TAT of 4 hours. Where there are more stringent TAT Requirements for specific analytes and groups of analytes, individual analytes and groups of analytes, individual analytical systems and processes will be designed to satisfy these requirements with appropriate redundancies to ensure continuity of operations for Stat testing requirements. QUESTIONS: 1. Are there small business capabilities to provide and maintain the equipment as well as provide the support services? 2. Are there small business subcontract capabilities? 3. Are there multiple IDIQ contract possibilities? Can multiple companies provide identical equipment or equipment that is compatible with seamless transition from one system to another, all reporting to a single database utilizing the same testing standards? 4. Are there any specific questions or comments for the attached PWS?
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-11-R-0001/listing.html)
- Place of Performance
- Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
- Zip Code: 20307-5000
- Zip Code: 20307-5000
- Record
- SN02312908-W 20101020/101018234110-6540970e5b86c82339e51876607df641 (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 |