Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2020 SAM #6819
SOURCES SOUGHT

65 -- Pathology Lab and Area Testing Equipment

Notice Date
7/29/2020 8:32:36 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W40M REGIONAL HEALTH CONTRACTING OF FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K02-20-Q-0122
 
Response Due
6/24/2020 12:00:00 PM
 
Archive Date
10/01/2020
 
Point of Contact
ALFONSO NOLASCO, Phone: 3604860730
 
E-Mail Address
ALFONSO.NOLASCO.CIV@MAIL.MIL
(ALFONSO.NOLASCO.CIV@MAIL.MIL)
 
Description
Notice of Intent for Sole Source Award for Pathology Lab Testing Equipment �Pursuant to FAR Subpart 13.501(a)(1)(ii), the U.S. Army, MEDCOM, Regional Health Contracting Office-Pacific (Joint Base Lewis-McChord Health Contracting Cell), Lacey, WA, intends to issue a sole source award to Biomerieux Inc in the estimated amount of $630,000.00 to purchase a cost per test contract for reagents and automated or semi-automated instrumentation for nucleic acid extraction, continuously monitored cultures in liquid media,� mass spectrophotometry utilizing matrix assisted laser desorption ionization time of flight (MALDI-TOF) for identification of cultures, and biochemical identification and susceptibility of� cultures.� The proposed contract action is for supplies which the Government intends to solicit and negotiate with only Biomerieux Inc. This notice is not a request for quote/proposal and no solicitation will be issued.� Any firm that believes it can provide the stated supplies/equipment can provide supporting documents demonstrating their products capabilities and specifications.� Responses received will be used for future acquisitions.� Information can be sent to the Contract Specialist Alfonso Nolasco at alfonso.nolasco.civ@mail.mil .� No telephone or facsimile requests will be accepted. This procurement will be prepared in accordance with FAR Part 13, using Simplified Acquisition Procedures SOURCES SOUGHT TECHNICAL DESCRIPTION FOR PATHOLOGY LAB TESTING EQUIPMENT INTRODUCTION The Regional Health Contracting Office- Pacific (JBLM) is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the lease of pathology laboratory testing equipment possessing those features listed in attachment: Salient Features. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND Place of Performance: Madigan Army Medical Center Department of Pathology Tacoma, WA 98431 Period of Performance: 1 Oct 2020 through 30 Sept 2021 (If FAR Clause 52.217-9 is executed) 1 Oct 2021 through 30 Sept 2022 1 Oct 2022 through 30 Sept 2023 REQUIRED CAPABILITIES Instruments must have ATO and be capable of interfacing with MHS-Genesis through Observa middleware. Instruments also need to be capable of gaining access to Myla middleware. See Attachment: Salient Features ELIGIBILITY The applicable NAICS code for this requirement is 325413 (In-Vitro Diagnostic Substance Manufacturing) with a Small Business Size Standard of 1,250 Employees. The Product Service Code (PSC) is 6550. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Alfonso Nolasco, in either Microsoft Word or Portable Document Format (PDF), via email alfonso.nolasco.civ@mail.mil �no later than 12:00 p.m. (Pacific) on Wed, 20 May, 2020 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability 3) GSA contract information if applicable. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3646247062324c0d8386b5a6424fff20/view)
 
Place of Performance
Address: Joint Base Lewis McChord, WA 98431, USA
Zip Code: 98431
Country: USA
 
Record
SN05738982-F 20200731/200729230153 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.