Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2014 FBO #4599
SOLICITATION NOTICE

65 -- Cost-Per-Test-Chemistry and Microscopy Urinalysis

Notice Date
6/26/2014
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
 
ZIP Code
21702-9203
 
Solicitation Number
N0025915RCE0010
 
Archive Date
9/30/2014
 
Point of Contact
Derek J. Bell, Phone: 3016196914
 
E-Mail Address
derek.bell@med.navy.mil
(derek.bell@med.navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with Iris Diagnostics (Beckman Coulter), 9158 Eton Avenue, Chatsworth, CA 91311. Naval Medical Center San Diego has a requirement for cost-per-reportable-result (CPRR) contract for chemistry and microscopy urinalysis, which will include two (2) analyzers, laboratory, urine, automated. An IDIQ type contract shall be put in place for a five (5) year period. The total maximum contract amount for the base plus option years is estimated at $635,000.00. The instrument shall be capable performing the following chemical tests: ascorbic acid, bilirubin, blood, glucose, ketone body, leukocyte esterase, nitrite, pH, protein, specific gravity, urobilinogen. The instrument shall be capable of performing both chemistry and microscopy urinalysis. The instrument shall be capable of handling the estimated yearly workload of approximately 47,000 chemistry tests and 28,000 microscopy tests. The instrument shall be capable of processing at least 60 microscopy samples per hour; the instrument shall also have 60 sample "walk away" or pre-loading capability. The instrument shall be capable of at least 100 chemistry samples per hour. If calibration activities are required, they shall be required at a frequency of no more than monthly. Vendor shall be an Original Equipment Manufacturer (OEM) authorized distributor for the proposed equipment and supplies. The systems 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 13.501 under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). There are not set-aside restrictions for this requirement and FAR part 12. 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 Derek Bell at derek.bell@med.navy.mil. Statements are due not later than 3:00 PM on 11 Jul 2014. No phone calls accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N0025915RCE0010/listing.html)
 
Record
SN03407523-W 20140628/140626235054-0dd1d889c701b01694cd416aac8c863b (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.