SOURCES SOUGHT
99 -- Integrated Chemistry System Vitros 5600
- Notice Date
- 4/8/2022 9:57:51 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- PORTLAND AREA INDIAN HEALTH SERVICE PORTLAND OR 97209 USA
- ZIP Code
- 97209
- Solicitation Number
- 75H71322Q00039
- Response Due
- 4/13/2022 11:00:00 AM
- Point of Contact
- Daniel Otis, Kelly Heflin
- E-Mail Address
-
Daniel.Otis@ihs.gov, kelly.heflin@ihs.gov
(Daniel.Otis@ihs.gov, kelly.heflin@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- The Indian Health Service (IHS), Fort Hall Service Unit (FHSU) intends to solicit one (1) firm fixed price delivery/task order to rent-lease a clinical chemistry analyzer, VITROS 5600, an integrated chemistry system, which includes services, reagents, controls, calibrators, consumables, and software/printer/cables. This requirement is for Fort Hall Service Unit, located at 33 North Mission Road; Fort Hall, ID 82303, which will be a limited source to Ortho-Clinical Diagnostics, Inc., 100 Indigo Creek Drive, Rochester, NY 14626-5101 as the only reasonable source available in pursuant to FAR subpart 8-405-6(b)(2) for the following reasons: Current chemistry analyzer is being phased out by manufacturer and had exceeded the original intended lease. FHSU current instrumentation does not perform all testing required for the patient population (i.e. A1c, microalbumin/creatinine ratio, and urine drug screen) as desired for the diagnosis, prevention, and treatment of disease or impairment or assessment of health, providing information for clinical decision. FHSU Laboratory is currently utilizing an Ortho Clinical Vitros 4600 platform for over 5 years. To ensure compliance with the applicable Federal Standards for quality, and continuous Laboratory Accreditation success through high-quality testing and output, the WOSU Laboratory will be replacing their current Chemistry platform with an updated version available. The application of the platform will be similar if not parallel to the one currently in use; the interface systems will remain the same in the RPMS Laboratory Package specific to the test menu selected. Estimated Period of Performance: Base: 05/01/2022 to 04/30/2023 Option Year 1: 05/01/2023-04/30/2024 Option Year 2: 05/01/2024-04/30/2025 Option Year 3: 05/01/2025-04/30/2026 Option Year 4: 05/01/2026-04/30/2027 ATTACHMENT/S: Self Certification Form This notice is for information and planning purposes only and does not commit the Government to any contractual agreement. This is not a Request for Proposals. The Government DOES NOT intend to award a contract based on responses under this announcement. Interested parties shall not be reimbursed for costs associated with preparation of their responses. Any proprietary information should be so marked. Interested organizations presenting a Capability Statement in response to this Small Business Sources Sought Synopsis must identify their size status. Indian Economic Enterprise Representation. To be considered for an IHS contract awarded under the Buy Indian Act, an offeror must represent that it meets the definition of �Indian economic enterprise� in response to a specific solicitation set-aside in accordance with this IHM. Insert the following provision in all written IEE set-aside solicitations for supplies, services, or covered construction, regardless of dollar value: Indian Economic Enterprise Representation The offeror represents as part of its offer that it [��] does [��] does not meet the definition of Indian economic enterprise as defined in IHM 5-5.6.F.1. Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov and complete Online Representations and Certifications Application. Responses should include: (1) Business Name, GSA contract number and Address (if applicable) (2) Point of Contact Name, Phone Number, and E-mail Address (3) DUNS and NAICS code (4) Business Size SMALL or LARGE (5) Type of Business NATIVE OWNED, SERVICE DISABLED VETERAN OWNED, VETERAN OWNED, 8A, HUB Zone, WOMEN-OWNED etc. (4) Valid Lenel VAR Certification. All businesses eligible to provide this service are encouraged to reply as this information may be used to determine potential set asides for the above noted service. All information submissions shall be received no later than 11:00 am PST, Wednesday, April 13, 2022.� After review of the responses to this announcement, the Government intends to proceed with the acquisition and a subsequent solicitation may be published within 30 days.� All capability statements sent in response to this Small Business Sources Sought notice must be submitted electronically (via email) to the Point of Contact below in MS Word or Adobe Portable Document Format (PDF). The subject line must specify the Sources Sought Number and Title. CAPABILITY STATEMENTS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. Contracting Office Address: Portland AREA Office Attention:� Daniel Otis 1414 NW Northrup Street, Suite 800 Portland, OR� 97209 Phone: 503-414-5521 Email:� Daniel.Otis@ihs.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f1c538c32c9447579fe9f90365d815d1/view)
- Place of Performance
- Address: Fort Hall, ID 83203, USA
- Zip Code: 83203
- Country: USA
- Zip Code: 83203
- Record
- SN06293932-F 20220410/220408230110 (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 |