SOLICITATION NOTICE
66 -- Wet Integrated Chemistry Analyzer
- Notice Date
- 2/4/2025 11:39:46 AM
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- HT940625Q0023
- Response Due
- 2/11/2025 7:00:00 AM
- Archive Date
- 02/26/2025
- Point of Contact
- Gillian Dell, Karl Molina
- E-Mail Address
-
gillian.j.dell.civ@health.mil, karl.o.molina.civ@health.mil
(gillian.j.dell.civ@health.mil, karl.o.molina.civ@health.mil)
- Description
- The Defense Health Agency (DHA) intends to award a sole source firm-fixed price Purchase Order (PO) contract with a base year and four (4) option years for cost-per-test reagents chemistry analyzer to Roche Diagnostics Corporation for wet integrated chemistry analyzer. Roche Diagnostics Corporation is the only vendor able to provide a wet integrated (combines clinical chemistry, immunochemistry, and ISE testing) chemistry analyzer. The analyzer has autocalibration capabilities and is capable of processing quantitative Beta hCGs, basic/comprehensive metabolic panel, and troponin in a timely manner. The analyzers shall have an integrated wet chemistry system, deionized water, and a drainage system. Analyzers shall have sufficient peer data to support validation and verification check and to ensure acceptable scores for continuous regulatory compliance. Analyzers shall have high analytical sensitivity, be capable of processing multiple stat samples, and process small sample volumes. The analyzers shall interface with the laboratory Genesis laboratory information management system (LIMS). Analyzers shall perform automated calibrations and include a water system. Analyzers shall process cardiac assays, basic metabolic panels, and HCG <15 minutes. The analyzers shall use 2-point calibrations for immunochemistry. System shall include lab workstation for monitoring QC, calibrations issues, test menu, downtimes, testing volumes, maintenance, and patient reporting. The system shall have at least a 6-month onboard stability for immunochemistry reagents and at least 4-month onboard stability for chemistry reagents. Instrument must have QC lockout, which prevents samples from processing if there are QC failures. Analyzers shall be stationary and in within a space of: Height 5.8 ft, Depth 2.6 ft, and Width 8.04ft. The equipment requires single phase AC 200/208/220/230/240 V 50/60 Hz and a compatible uninterruptible power supply. This contract action is for supplies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services. The period of performance is with a base period of 12 February 2025 �11 February 2026 and four option years from 12 February 2026 � 11 February 2030. The contractor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. The vendor shall be required to provide documentation from the manufacturer stating the vendor is an authorized service provider on the required equipment/system. All software licensing, warranty, and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. This Notice of Intent is neither a formal solicitation, nor a request for competitive proposals. No solicitation document is available and telephone requests will not be honored. No award will be made based on unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. The intent of this notice is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government to not compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via email to Gillian Dell at gillian.j.dell.civ@health.mil with the following information referenced in the subject line, HT940625Q0023� wet integrated chemistry analyzer. All interested parties who are responsible, certified, and capable may identify their interest and may submit a capabilities statement no later than 10:00AM Eastern Time (EST) 11 February 2025 gillian.j.dell.civ@health.mil. The interested parties bear full responsibility to ensure complete transmission and timely receipt.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3a208cedbe374e60bf16a9044cee1cd1/view)
- Place of Performance
- Address: Hampton, VA 23665, USA
- Zip Code: 23665
- Country: USA
- Zip Code: 23665
- Record
- SN07332491-F 20250206/250204230034 (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 |