SOLICITATION NOTICE
65 -- Notice of Intent
- Notice Date
- 1/3/2018
- 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
- N6264514P2002
- Archive Date
- 9/30/2018
- Point of Contact
- Letitia R. Shirey, Phone: 3016191103
- E-Mail Address
-
letitia.r.shirey.civ@mail.mil
(letitia.r.shirey.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command (NMLC) intends to negotiate a modification to the contract N62645-14-P-2002 in support of US Naval Hospital Guam (IAW FAR 13.501(a)) with Ortho-Clinical Diagnostics, Inc. of 1001 US Highway 202, Raritan NJ, 08869-1424, United States. The Navy has a requirement for a modification of the current contract, N62645-14-P-2002, that includes equipment, reagents, quality control, maintenance support, and consumable supplies for two (2) analyzers, laboratory, clinical chemistry/immunoassay [20-821] for U.S. Naval Hospital (USNH) Guam. The contract shall be modified to extend three additional months, beginning on 15 January 2018 and continuing through 15 March 2018. The systems shall be capable of performing a minimum throughput of 150 tests per hour. Sample and calibrator dilutions shall be performed automatically. The systems shall be capable of performing all of the required tests at the listed minimum annual test volume. 1. The system shall not require an external water source for operation. 2. The system shall be capable of adding new third party tests. 3. The system shall be capable of utilizing the following sample types without the need for pre-treatments: serum, plasma, urine, and cerebrospinal fluid (CSF). 4. The system shall be capable of pre-calibrating and storing at least 2 lots onboard the unit. 5. The system shall have sufficient onboard storage to accommodate daily workload as outlined above. 6. The system shall complete STAT (urgent) requests in, at most, 60 minutes. 7. The system shall be capable of auto-dilution. 8. The system shall be capable of utilizing sample tube bar codes for accurate sample identification. 9. The system shall be capable of interfacing with the Composite Health Care System (CHCS) laboratory information management system. 10. The system shall include programmable panels to accommodate in-house needs. 11. The system shall be capable of starting up without priming or washes. 12. The system shall be capable of external data storage in compliance with Navy/Department of Defense (DoD) Information Assurance (IA) regulations. 13. The system shall include an uninterruptible power supply (UPS) that is compatible with all system components, is capable of conditioning the power to the system, and allows the system a minimum of 30 minutes run time in case of a power outage. 14. The power requirement is 220 VAC, 60 Hz, single phase. The statutory exception permitting other than full and open competition for this acquisition is 41 U.S.C. 1901 and FAR 13.501(a) soliciting commercial items from a single source. There are no set-aside restrictions for this requirement. The intended procurement will be classified under North American Industry Classification System 334516 with a Small Business Size Standard of 1,000 employees. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Letitia Shirey at letitia.r.shirey.civ@mail.mil. IAW FAR 5.203(a) the contracting officer has established a publication period of seven (7) days before the proposed contract action which will afford potential offerors a reasonable opportunity to respond. Closing date for challenges is no later than 3:00 PM Eastern Time on 10 January 2018. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N6264514P2002/listing.html)
- Place of Performance
- Address: US Naval Hospital Guam, United States
- Record
- SN04779890-W 20180105/180103230957-bf2aded58cdd3642c6f6a7d4257d3bfd (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 |