Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2015 FBO #4934
SOURCES SOUGHT

65 -- Dry Chemistry Analyzers including reagents, maintenance, and training

Notice Date
5/27/2015
 
Notice Type
Sources Sought
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
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-15-T-0118
 
Response Due
5/29/2015
 
Archive Date
7/26/2015
 
Point of Contact
Eric Jones, 703-806-0170
 
E-Mail Address
Medcom Contracting Center North Atlantic
(eric.g.jones28.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Document Type: Sources Sought Notice Reference Number: W91YTZ-15-T-0118 Current Response Date: 29 May 2015 Classification Code: 65-Medical, Dental, and Veterinary Equipment and Supplies NAICS Code: 325413-Chemical Manufacturing--In-Vitro Diagnostic Substance Manufacturing Contracting Office Address The North Regional Contracting Office (NRCO), Northern Regional Medical Command (NRMC), 6011 5th Street, Bldg. 1469, Ft Belvoir, VA 22060 The North Regional Contracting Office (NRCO) is issuing this sources sought notice as a means of conducting market research to identify parties having an interest in and the resources to support this requirement to provide all labor, tools, and incidentals necessary to provide rent-free Dry Chemistry analyzers, to include equipment, preventive maintenance, remedial maintenance, and/or UPS for Army Health Center Dunham-Carlisle Barracks, 450 Gibner Road, Carlisle, PA 17013-5090. Equipment shall not require water or drains, calibrations shall remain stable for 6 months; reagents must not require any preparation, priming, washing, or daily calibration; must be able to process serum, plasma, urine, and CSF samples, detect clots and bubbles in both samples and/or reagents; equipment must be able to sense liquid levels, house all current assays reagents plus a spare, load samples and reagents while instrument is running, and dedicated STAT lane. System should have the capability to scan for sample interferences (hemolysis, icterus, turbidity) with no additional reagents, sample or consumables required without impacting the delivery of results and automatically flag the impacted test results, no fixed probes or mixing assemblies that have the potential for carryover, disposable tips on both clinical chemistry and immunochemistry analyzers; HDL, LDL,HBA1C assays that do not require pretreatment. System must be capable of performing HBA1Cs, HDL, LDL, PSA, Free T4 and Microalbumin assays on the same instrument. When responding, please submit capability statements that confirm that the following minimum specifications are met: Equipment: A: The equipment must be dry chemistry capable and not require the need to purchase water, water systems or install plumbing or drains. B: The equipment must detects clots and bubbles in both samples and/or reagents, sense liquid levels, house all current assays reagents plus a spare, load samples and reagents while instrument(s) run, and have a dedicated STAT lane. C: The equipment must have the capability to scan for sample interference; i.e., hemolysis, icterus, turbidity, without additional reagents, sample or consumables required, without impacting the delivery of results, and automatically flag the impacted test results. D. The equipment shall not possess fixed probes or mixing assemblies that have the potential for carry-over and shall use disposable tips on both clinical chemistry and immunochemistry analyzers. E. The equipment shall be capable of performing HBA1Cs, PSA, HDL, LDL, Free T4, and Microalbumin assays on the same instrument without the need for pretreatment to the sample. F. Technical service shall be available by phone 24/7 and an on-site response to technical calls shall take no more than 24 hours from the time of the call. G. A Laboratory Specialist and/or Field Engineer shall be available on-site to assist the key operator with calibration, verification of precision and accuracy, method comparison, and system configuration for system verification. Reagents: A: The process required to prepare reagents for use on the analyzer shall requires little to no preparation by the user. B: The numerous reagent lots per analyte shall be capable of being calibrated and housed on the analyzer at one time. C: The reagents shall have at least a 90-day shelf-life and utilize the same case lot number as much as possible. Maintenance: A: The equipment shall not require the need to prime, purge, wash, and/or calibrate on a daily basis. B: The equipment liberations shall be capable of remaining stable for 6 months and do not require priming, washing or daily calibrations. C: Remedial maintenance support shall take place within 24 hours of initial telephone notification Training: A: Two key operators shall be trained. B: On-site annual training shall take place in each of four different locations. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. After results of this market research are obtained NRCO may conduct a competitive procurement and subsequently award a Contract. If at least two responsible, qualified respondents are classified as small business described herein, then any competitive procurement solicited by NRCO will be done as a small business set-aside. NRCO is seeking responses from all responsible sources, including small businesses. Companies that can provide the equipment are requested to email a detailed report describing their abilities to yvonne.t.parson.civ@mail.mil no later than the response date for this sources sought notice. The report should include achievable qualifications and any other information relevant to your service or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company, POC name, phone number, address and email address; 2. NAICS code; 3. Descibe the experience your company has in managing similar program(s). 4. Any other relevant information that is not listed above which the Government should consider in developing its minimum requirements and finalizing its market research. Point of Contact Yvonne T. Parson, Email yvonne.t.parson.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-15-T-0118/listing.html)
 
Place of Performance
Address: Army Health Clinic Dunham-Carlisle Barracks 450 Gibner Road Carlisle PA
Zip Code: 17013-5090
 
Record
SN03742877-W 20150529/150527234844-b7429e1366b85059cc33114076a9d306 (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.