MODIFICATION
65 -- 2 Coagulation Analyzer
- Notice Date
- 2/14/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
- ZIP Code
- 00000
- Solicitation Number
- N6264512R0016
- Response Due
- 2/22/2012
- Archive Date
- 3/23/2012
- Point of Contact
- Jason Winings 301-619-4523
- E-Mail Address
-
jason.winings.ctr@med.navy.mil
(jason.winings.ctr@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DEPARTMENT OF THE NAVY NAVAL MEDICAL LOGISTICS COMMAND NOTICE OF INTENT The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.106-1(b)(1)) with Beckman Coulter, Inc., 250 S Kraemer BLVD, Brea, CA, 92821-6232, as the only responsible source that can provide (2) Coagulation Analyzers that are capable of meeting the minimum requirements of the government. The US Navy has a requirement for two (2) Automated Coagulation Analyzers to be used in the DCSS/Laboratory area. The system shall utilize an LED nephelometer to be capable of performing Prothrombin Time (PT) and Activated Partial Thromboplastin Time (APTT) tests. The systems shall be capable of the following; bar-code scanning both samples and reagents, accommodating up to 40 plasma samples onboard, a throughput of 175 PT assays per hour, and an onboard stability of PT & PTT reagents for a minimum of 10 days. The system shall be fully automated, and shall be capable of automatic cuvette management, to replace up to 10 reaction rotors onboard automatically. The system shall not exceed 24 (H) x 37 (W) x 24 (D) for maximum exterior dimensions, and shall not exceed 150lbs. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. The system and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. This acquisition is being conducted under simplified acquisition procedures FAR 13. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334516 with a small business size standard of 500. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Jason Winings at jason.winings.ctr@med.navy.mil. Statements are due not later than 4:00 PM EST on 22 Feb 2012. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264512R0016/listing.html)
- Record
- SN02675533-W 20120216/120215000636-2215e4590a5f718c68ffd0ada2d8b529 (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 |