SOLICITATION NOTICE
65 -- Automated Urinalysis analyzers-one combined automated urine chemistry and microscopy and one backup instrument. PLUS four (4) identical automated urine chemistry analyzers to be placed in four (4) separate health clinics.
- Notice Date
- 6/19/2015
- Notice Type
- Presolicitation
- 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
- W91YTZ15R0055
- Response Due
- 7/20/2015
- Archive Date
- 8/19/2015
- Point of Contact
- mary.a.martin, 910-643-2119
- E-Mail Address
-
Medcom Contracting Center North Atlantic
(mary.a.mitchellmartin.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Contractor shall furnish two automated Urinalysis analyzers-one combined automated urine chemistry and microscopy and one backup instrument- for the main laboratory, Womack Army Medical Center (WAMC), Fort Bragg, NC. In addition, four (4) identical automated urine chemistry analyzers to be placed in four (4) separate health clinics (Clark Health Clinic, Robinson Health Clinic, Joel Health Clinic, and Troop Family Medical Clinic on Fort Bragg, NC). Requirement includes reagents, training, all upgrades and maintenance of equipment. Contractor shall also provide a site coordinator and an installation specialist to assist laboratory personnel with the entire implementation/installation process, ensuring the installation and validations be completed within 30-60 days of equipment arrival. The required analyzers shall be provided to Department of Pathology and four (4) separate health clinics, WAMC, Fort Bragg, NC 28310. The contractor activities will include but not limited to the following: 1.Setting up instrument interface and ensuring results are crossing over to LIS. 2.Validation Plan to be reviewed with Laboratory Officer/Quality Manager prior to commencement of validation studies. 3.Entering reference ranges. 4.Setting up Quality Control (QC) files and entering QC limits. 5.Linearity verification utilizing commercial linearity material to validate all measured parameters. If commercial linearity material is not available for any parameter to validate linear range, appropriate patient samples may be used. 6.Method Comparison Study (Old Method vs. New Method) 7.Carry-over studies on measured parameters using high patient samples or linearity material. 8.To obtain acceptable performance of the analyzer, all studies must be presented to the laboratory officer for acceptance prior to contractor departure. 9.Correlation studies to include the equipment at the clinics. LIS Interface: The contractor shall furnish interface assistance to ensure that the system is interfaced with the LIS prior to departure. If purchase of additional equipment such as computer monitor, computer processing unit, and printer are required to maintain the LIS system interface, the vendor must provide them, upgrade them and maintain them throughout the contract period at no additional cost to the government. Replacements must be made as needed at no additional cost to the government. The system must have barcode capabilities and be fully interfaceable to the Composite Health Care System (CHCS). Validation Period: Contractor shall have equipment in place and ready for validation by 15 August 2015. The Government intends to award a Firm-Fixed Price Contract for this requirement. This unrestricted procurement is for a Validation Period (15 Aug 2015 through 30 Sep 2015, Base Period (1 Oct 2015 through 30 Sep 2016), and 4 one-year options (1 Oct 2016 through 30 Sep 2020) if all options are exercised. The associated North American Industry Classification System (NAICS) code is 325413 and the small business size standard is 500 employees. It is a requirement that all contractors doing business with the Department of Defense be registered with the System for Award Management (SAM) (the website may be accessed on the Internet at http://www.sam.gov. The entire solicitation will be issued electronically at the Army Single Face to Industry (ASFI) website: https://acquisition.army.mil/asfi (paper copies will not be available). The solicitation, attachments and specifications will only be available by downloading the document from the ASFI website. All prospective offerors are responsible for obtaining the solicitation, any amendments or any other information from the ASFI website. It is therefore the contractor's responsibility to check the website frequently/daily for the solicitation and any posted changes to the solicitation. When issued, the solicitation will specify the actual date and time for proposal receipt. No telephone request will be honored. Please forward all responses and questions to the attention of Mrs. Mary Martin, mary.a.mitchellmartin.civ@mail.mil Unrestricted requirement. NRCO Contracting Cell, WAMC Stop A, ATTN: Mary Martin, 2817 Reilly Road, Fort Bragg, NC 28310-7301.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ15R0055/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
- SN03770142-W 20150621/150619234618-d997918a33f5219871e75a0cb4f9cd88 (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 |