SOURCES SOUGHT
66 -- Chlamydia/GC DNA
- Notice Date
- 8/3/2011
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Northern Navajo Medical Center, PO Box 160, US Highway 491 North, Shiprock, New Mexico, 87420-0160
- ZIP Code
- 87420-0160
- Solicitation Number
- NNMC-LAB-11-001
- Point of Contact
- Yvonne Jumbo, Phone: 5053687029, Linda Conn, Phone: 505-368-6089
- E-Mail Address
-
yvonne.jumbo@ihs.gov, linda.conn@ihs.gov
(yvonne.jumbo@ihs.gov, linda.conn@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Set aside: Small Business, Small Disadvantage Business, Women-Owned Small Business, HUBZone, Small Business, Veteran-Owned Small Business, and Service-Disabled Veteran-Owned Small Business concerns that may be interested in performing a contract for the IHS - Northern Navajo Medical Center. This Sources Sought Notice (SS) is for information purposes only and shall not be construed as a solicitation or as an obligation on the part of Navajo Area Indian Health Service (IHS). The acquisition strategy for this procurement has not been finalized and is subject to change based on the responses received from the sources sought notices. The Government does not intend to make an award on the basis of this sources sought notice or otherwise pay for information solicited herein. The applicable NAICS code is 334516, which applies to industry primarily engaged in Analytical Laboratory Instrument manufacturing. The following information is provided to assist the Indian Health Service in conducting Market Research of Industry to identify potential contractors for this effort. Statement of Work - PROBETEC INSTRUMENTS FOR CHLAMYDIA/GC DNA The two Probe Tec instruments for the Chlamydia/GC DNA are both countertop instruments with accessories and set-up kits supplied as an order of cost per testing supplies (estimated for a year supply for Northern navajo Medical Center (NNMC) with subject to replenishment is suply on-hand is low or depleted) required for Chlamydia/GC DNA testingof patient samples for diagnosis purposes. Company Scope of Work: 1. Two probetec instruments to process specimens sent to the lab for all Chlamydias and GC's. 2. Instruments will be able to perform Chlamydia's and GC DNA testing on an individual basis and/or a combination; no exeptions. 3. The instruments have to be available to the government as a cost per test proposal option and no ohter exceptions. 4. Supplies, Kit CT/GC, reagents, pipette tips, probetec endocervical specimens, swabs, diluents, sample cups, and the Kit CT Reagent Pack are to be supplied; no other exceptions. 5. Probe Tec Starter Group, Lysis heater, lysis rack, priming/warming heater, power supply, pipettor stand, digital thermometer printer, centrifuge base, centrifuge rotor, buckets and CL30 insets to be supplied. 6. Analyzers will be place in the laboratory for patient teting, testing volume is high to support obstetrics, emergency and urgent care patients. 7. Once specimens are received the turn-around time for result will not exceed more than 24 to 48 hours (except speciemsn received on Friday and the weekends; which will be held up to Monday for processing); no exceptions. Treatment is crucial for the patient; due to the increase in STD's 8. Warranty on instruments with five day service for maintenance and troubleshooting of instruments. 9. Comprehenisve training for primary operator will be at the facilities location; as well as on-site training for all operatiors of the instrument. 10. NNMC will be responsible for purchasing reagents, quality controls, and supplies as stated above. 11. The company must installed two instruments, set-up the units and certify the units are in functional order. Recommended functional testing and reporting has been given to the laboratory supervisor and pathologist (recommended interval testing and maintenance logs a required by Joint Commission). Recommend workspace requirement and personnel work area is recommended; therefore a special designate area of the laboratory has been selected. 12. The company's technical representative will educated the laboratory staff after installation; which includes start-up, quality control testing, patient testing, and all maintenance activities. 13. Concerns and questions from the laboratory staff will be answered by certified staff training and develop competency on the recommended usage of the analyzers. The technical staff will be called upon later when additional questions and concerns develop. 14. The technical staff will be contacted immediately for services and repair as needed when either is inoperable. NNMC Scope or Work 1. NNMC laboratory has an established Policy and Procedure for the usage of the two PROBETEC instruments (to include accessories supplied by the contractor). 2. Will provide in-services for new laboratory staff. 3. Will maintain testing and record-keeping on the instruments thereof as required. 4. Maintains an inventory list and stock level so complete depltion is avoided. 5. Laboratory will exercise and explore options if new and cost-effective products are made available. The contractor shall provide all labor, tools, transportation, material, equipment, and supervision necessary to provide service and supplies. Since this is a sources sought announcement, no evaluation letters and/or results will be issued to the respondents. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized on the Federal Business Opportunities (FBO) portal. It is the potential offeror's responsibility to monitor this website for the release of any solicitation or synopsis. Respondents will not be notified of the results of the evaluation. The Government reserves the right to consider a small business, SDVOSB, VOSB or 8(a) set-aside based on responses hereto. Please provide your companies socioeconomic information. The contractor must also have applicable expertise in government acquisition and program management disciplines. This expertise is essential to ensure that cost, schedule, performance, and risk associated with the procurement are effectively applied in support of the IHS mission. All responses must include the following information: Company name, cage code, CCR status (or register at www.ccr.gov), Dunn & Bradstreet number, company address, Point-of-Contact name, phone number, fax number, and email. The subject line of the correspondence should clearly display the Sources Sought number. Market Survey Questions: 1. Please provide a narrative how your company has the necessary technical skills, expertise, and knowledge to successfully propose and, if awarded a contract to perform this type of work. 2. Geographic Coverage: Please identify the areas of the United States where your organization operates. 3. Number of years in business; affiliated contractor agreement information: parent company, joint venture partners, and potential teaming partners. 4. References: Provide a list of all private industry or government contracts for similar services that you have performed during calendar years 2010 through 2011. Please include the customer's names, addresses, telephone number, dollar value of contract, and narrative of the services provided on the contract. DISCLAIMER The Request For Information (RFI) is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked, as proprietary will be handled accordingly. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.202-1 Definitions 52.203-3 Gratuities 52.203-5 Covenant Against Contingent Fees 52.203-7 Anti-Kickback Procedures 52.204-3 Taxpayer Identification 52.204-7 Central Contractor Registration 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-4 Contract Terms and Conditions - Commercial Items 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract 52.219-1 Small Business Program Representations 52.219-6 Notice of Total Small Business Set-Aside 52.222-3 Convict Labor 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.222-41 Service Contract Act of 1965 52.223-6 Drug-Free Workplace 52.223-14 Toxic Chemical Release Reporting 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.225-13 Restrictions on Certain Foreign Purchases 52.229-3 Federal, State, and Local Taxes 52.232-1 Payments 52.232-8 Discount for Prompt Payment 52.232-17 Interest 52.232-18 Availability of Funds 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-1 Disputes 52.233-3 Protest after Award 52.237-2 Protection of Government Building, Equipment, and Vegetation 52.243-1 Changes - Fixed Price 52.246-4 Inspection of Services - Fixed Price 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) 52.249-8 Default (Fix Price Supply and Services) 52.249-12 Termination (Personal Services)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/GPO16835/NNMC-LAB-11-001/listing.html)
- Place of Performance
- Address: Northern Navajo Medical Center, US Hwy 491 North, Shiprock, New Mexico, 87420, United States
- Zip Code: 87420
- Zip Code: 87420
- Record
- SN02520599-W 20110805/110803235817-5381d32899ed6c68a35997a6dba8b266 (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 |