Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2023 SAM #7964
SOLICITATION NOTICE

65 -- Hematology Reagents/Analyzer

Notice Date
9/15/2023 11:22:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
W40M RHCO PACIFIC FORT SHAFTER HI 96858-5098 USA
 
ZIP Code
96858-5098
 
Solicitation Number
W81K0223Q0111
 
Response Due
9/21/2023 1:00:00 PM
 
Archive Date
10/06/2023
 
Point of Contact
Susan Mieko Afuso Fujita, Phone: 8084385113
 
E-Mail Address
susan.m.fujita.civ@health.mil
(susan.m.fujita.civ@health.mil)
 
Description
AMENDMENT 0001:� The purpose of this amendment is to provide responses to questions received by the Contracting Office and to revise the Statement of Work, Table 2 and paragraph 5.3.3.3.� See Solicitation W81K0223Q0111_Amendment 0001withAttach1 in SAM.gov.� The due date for receipt of quotations remains unchanged.�� The following are responses to questions received by the Contracting Office: Question #1:��Could you please provide the contract number, as well as the incumbent name?�� Response #1:� Contract number is W90VN718P0010 issued to Syxmex Korea Co., Ltd. Question #2:� Do you need the additional test item for reticulocyte hemoglobin equivalent (RET-He), immature granulocytes (IG), immature platelet fraction (IPF) and para 5.1 requirement for the parameters of Table 1-2 and Table 2 ?�� Response #2:� Yes, all above is needed. Question #3:��If not, is it possible to delete this additional requirement ""the parameters reticulocyte hemoglobin equivalent (RET-He), immature granulocytes (IG), immature platelet fraction (IPF)"" ? Response #3:� No, the above cannot be deleted.�� Question #4:��Is it possible to change from �up to 70 samples/hour� to �up to 50 samples/hour� ? Response #4:� Yes, Statement of Work, paragraph 5.3.3.3 has been revised to change from 70 to 50. Question #5:��Is possible to change from �Fluorescence Flow Cytometry� to �Flow Cytometry� ? Response #5:��No, fluorescence technology will be required to avoid any sample interferences and additional follow-up testing for the size/capability of our facilities. Question #6:��Could you provide us the detailed the six part differential (ex, NE, LY, MO, EO, BA, @EGC or +IG) parameter to clarify it ? � Response #6:��The six-part diff meets our clinical team�s need.� Neutral, lymph, mono, eos, bas and IG diff are embedded into our clinical guidelines for practice.� Statement of Work, Table 2 has been revised to include IG (immature granular). Question #7:��Could you delete the requirement for �the six part differential�?� Response #7:� No, removing the 6-part differential will diminish our clinical standard established through our guidelines and medical director. ***************************************************************************************************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Medical Readiness Contracting Office - Pacific, Bldg 339 146 Clark Road, Ft Shafter, HI 96858, intends to solicit, negotiate, if necessary, and award a firm fixed-price contract for hematology reagents and analyzer for Kunsan Air Force Base, Korea.� This is a request for quotation (RFQ). The solicitation number is W81K0223Q0111.� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05. �The Standard Industrial Classification Code is 6550, size standard is 1250 employees and the NAICS code of 325413.� NOTICE TO QUOTERS: All sources may submit a quote as applicable.� However, the Republic of Korea (ROK)-United States (U.S.) Status of Forces Agreement (SOFA), may preclude the U.S. Government from granting Invited Contractor or Technical Representative Status to any quoters, for this requirement.� All sources submitting a quote, including U.S. sources, must already have OR confirm their ability to obtain the requisite business licenses directly from the ROK Government, and conduct business in accordance with all applicable ROK laws, including but not limited to, rules and policies regarding labor, taxation, and immigration. If an initial quote does not fully demonstrate this authorization and capacity, it will not be further considered for award. Whether a quoter demonstrates this authorization and capacity shall be determined by the Contracting Officer.� Provision at 52.212-1, Instructions to Offerors -- Commercial, and its addendum applies to this acquisition and a statement regarding any addenda to the provision. Provision at 52.212-2 Evaluation - Commercial Items and its addendum applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, and its addendum applies to this acquisition. The deviation to clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition.� FAR clauses that are applicable to this acquisition are in the attachment to the combined synopsis/solicitation. The Defense Priorities and Allocations System (DPAS) and assigned rating is not applicable. The Government intends to award a firm fixed-price contract to the successful quoter. Contract Requirements - The successful quoter shall be required to meet the requirements of the combined synopsis/solicitation attachment. Point of contact for this solicitation is Susan Fujita; 808-438-5113; email: susan.m.fujita.civ@health.mil Questions regarding the solicitation shall be submitted to the contracting office via the POCs email address no later than 14 September 2023 @ 10:00 AM HST.� Quotations must be received by 21 September 2023 @ 10:00 AM HST. ***SEE ATTACHMENT W81K0223Q0111 FOR DELIVERY AND ACCEPTANCE, CONTRACT LINE ITEMS, AND TERMS AND CONDITIONS***
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/483114429b5f4fa1be38ea12d3c72fcf/view)
 
Place of Performance
Address: KOR
Country: KOR
 
Record
SN06833714-F 20230917/230915230100 (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.