Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 24, 2023 SAM #7848
SOURCES SOUGHT

66 -- Cost Per Reportable Result for Leased Hematology Analyzers and Reagents

Notice Date
5/22/2023 12:40:25 PM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W40M USA HCA JBSA FT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Solicitation Number
0011942672
 
Response Due
5/25/2023 1:00:00 PM
 
Point of Contact
Chris Finkenstadt
 
E-Mail Address
john.c.finkenstadt2.civ@health.mil
(john.c.finkenstadt2.civ@health.mil)
 
Description
Notice Type: �Sources Sought for Market Research Purposes Only (Brand Name or Equal To) Synopsis: The purpose of this sources sought notice is to determine if responsible small or large business sources exist capable of fulfilling the needs identified in this effort, for market research purposes only.� The proposed North American Industry Classification System (NAICS) Code is 334516 with a corresponding NAICS Size Standard of 1,000 employees.� The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a) Program, Service-Disabled Veteran-Owned Small Business (SDVOB) Procurement Program, HUBZone Program, and Women-Owned Small Business (WOSB) Program concerns IAW FAR 19.203. The Medical Readiness Contracting Office - West, Fort Sam Houston, Texas, is seeking potential sources to provide two (2) leased automated Hematology Analyzer�s in support of the Pathology Department, Bayne Jones Army Community Hospital (BJACH), Fort Polk, Louisiana. The hospital requires cost per reportable result for hematology reagents (including equipment, warranty covered maintenance, and support at no extra cost to the Government) in support of Bayne-Jones Army Community Hospital, Fort Polk, Louisiana. The Contractor shall be responsible for furnishing warranty covered maintenance, services, repairs, and parts that are required to maintain the systems in optimal operating condition. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform services as described in the PWS and associated contract documents, except for those items specified in Part 3 Government Property and Services. The Contractor shall perform to the standards and acceptable quality levels identified in this PWS and associated contract documents. (See attached PWS with detailed Scope of Work and Salient Characteristics) Period of Performance duration will be from 01 October 2023 to 30 September 2024 plus four option years. Base Year: 01 October 2023 thru 30 September 2024 Option Year 1: 01 October 2024 thru 30 September 2025 Option Year 2: 01 October 2025 thru 30 September 2026 Option Year 3: 01 October 2026 thru 30 September 2027 Option Year 4: 01 October 2027 thru 30 September 2028 Salient Characteristics: Brand Name or Equal to Beckman Coulter Part Number C38525, DXH690T, Warranty Service Package included. Two hematology analyzers with required features Table-top analyzer with dimensions that are equal or smaller than the following: 32 inches width 32 inches depth 42 inches height weigh 300 lbs. Fully automated hematology system that offers a comprehensive testing menu for both whole blood and body fluids including but not limited to: WBC 5 part differential Must be able to report RBC and WBC data to three decimal places WBC linearity between 0-440 x 103/?l Capable of performing up to 60 or more samples per hour Walkaway shutdown and restart capability Clot detection capabilities Capable of programing user defined or pathological flags Closed, open and capillary mode sampling Microsample capabilities; no need to aliquot samples Ability to read commercially available patient barcodes QC peer group data Onboard reagent monitoring Standardized reagents and controls for all parameters Reagents shall minimize interference to WBC due to lipemia or turbidity Walkaway automation with 27 parameters:� WBC, RBC, Hb, Hct, MCV, MCH, MCHC, PLT, NEUT, MONO, LYMPH, EOS, BASO, IRF, MPV, PRV, NRBC, RDW-CV, RDW-SD, Retic #, Retic %, Body Fluids (total nucleated count and RBC count for synovial, serous, and CSF fluids) Uses few consumables and reagents ����������� Item #������������� Description 628017 ����������Diluent (10L) 628019 ����������Cell Lyse (5L) 628020 ����������Diff Pack (ea) 628021 ����������Retic Pack (ea) 628026 ���������Calibrators (1x3.3 mL) bwb 628028 ����������Retic-X Control (12x3.5mL) Ease of maintenance Has an electronic IQAP program, making it easy to operate Offers Volume, Conductivity & Scatter (VCS) technology WBC linearity from 0.050 to 400,000 RBC linearity from 0.005 to 8,500 Platelet linearity from 3.0 to 3,000,000. Hemoglobin linearity from 0.10 to 25.50 Enhanced productivity with reduction in false-positive results and confirmatory tests using the Sample Aspiration Module (SAM). Fully automated Quality Control and calibration platforms Simple to use software with one-touch start-up Will operate using small sample size/microsample capability Cleaner uses are formaldehyde-free Single aspiration pathway simplifies calibration and quality control process while eliminating mode-to-mode issues Sample Aspiration Module (SAM) reduces aspiration volume, especially benefiting pediatric samples 2D-Digital Bar Code Technology maximizes reading capability, preventing errors and reducing misreads Specimen Transport Module (STM) uses a unique magnetic system for continuous loading of up to 20 cassettes, allowing �load 'n' go� capability Intelligent workload distribution optimizes workflow by achieving rapid turnaround times, providing STAT and ER results quickly Customizable repeat/reflex testing maximizes efficiency by automatically tracking samples, reducing retrieval time and repeating the analysis without operator intervention Intelligent Quality Monitoring (IQM) promotes confidence in results by allowing real-time monitoring and avoiding process variances High-Definition Cellular Analysis provides four times greater resolution and achieves new levels of performance from prior analyzer Flow Cytometric Digital Morphology (FCDM) optimizes performance by providing 10 times more data per sample than existing technologies, allowing reduced review rates Using multi-angle scatter technology, onboard reagents and advanced algorithms, provides a high quality NRBC results, with no need for special or expensive stains Using data fusion capability, the system will correct for most of the common interferences in today�s laboratory, ensuring first-pass accuracy and efficiency All hematology reagents and supplies required to perform patient testing All equipment, maintenance, and support at no extra cost to the Government Maintenance, services, repairs, and parts as required to maintain the systems in optimal operating condition All equipment to include the hematology analyzers must be provided via leasing agreement This requirement is expected to result in the award of a single Firm-Fixed Price contract. The anticipated period of performance is a base year with four option years.� This is a follow-on requirement to the previous contract number/task order number: �GSA V797D-70260 / W81K00-21-F-0141. Contractors responding to this sources sought notice are advised their response does not ensure participation in future solicitations or contract awards.� The Government will not reimburse any company or individual for any expense associated with preparation or participation in this research.� Interested parties should e-mail responses to john.c.finkenstadt2.civ@health.mil by the date identified below.� Contractor responses should include: The size of your business with regard to North American Industry Classification System (NAICS) code 334516 per the standard described in Federal Acquisition Regulation (FAR) Part 19.102 (FAR available at www.acquisition.gov).� If you believe this procurement action should be performed under a different NAICS code, please recommend an alternate NAICS code and the rationale for the alternate code. Recommended proposal schedule (Contract Line item) and invoicing terms Company name, DUNS, CAGE, Contact information.� Submit no later than 3:00 CST, 25 May 2023.�� Contracting Office Address: Medical Readiness Contracting Office-West (MRCO-W), 3160 McIndoe Road, JBSA Fort Sam Houston, Texas, 78234 Place of Performance: Bayne Jones Army Community Hospital (BJACH), Fort Polk, Louisiana, 71459 (See attached PWS) Attachment:� Performance Work Statement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5ab5ab9997234cd9913a62fe72376f19/view)
 
Place of Performance
Address: Fort Polk, LA 71459, USA
Zip Code: 71459
Country: USA
 
Record
SN06690963-F 20230524/230522230116 (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.