Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 20, 2001 PSA #2940
SOLICITATIONS

Q -- SOLE SOURCE ACQUISITION OF HEMOTOLOGY TESTING=20

Notice Date
September 18, 2001
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
ZIP Code
19111-5083
Solicitation Number
N00140-01-R-N658
Response Due
September 21, 2001
Point of Contact
Jennifer Weindel, Contract Negotiator, Phone 215-697-9696, Fax 215-697-9742, Email jennifer_a_weindel@phil.fisc.navy.mil -- Kevin Sweetra, Contracting Officer, Phone 215-697-9690, Fax 215-697-9579, Email kevin_sweetra@phil.fisc.navy.mil
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format prescribed in sub-part 12.6 of the FAR, as supplemented with additional information included in this notice. This announcement constitutes the solicitation for the required services. A proposal is hereby requested under N00140-01-R-N658. A subsequent solicitation document will not be issued. The provisions and clauses incorporated into this solicitation document are those in effect through FAC 97-27. FISC Det. Philadelphia intends to acquire on a sole source basis, IAW FAR 6.302-1, hematology analyzer systems including all required control, calibration, and reagent material, customer support, and key operator training on a cost per test basis in support of the Naval Hospital Great Lakes, IL from Abbott Diagnostics of Abbott Park, IL. The contractor shall provide the following instrumentation: one (1) Cell-Dyn 3200SL Automated Hematology Analyzer System to run 83 tests or cycles per day at NAVHOSP Great Lakes and three (3) Cell-Dyn 1700CS Automated Hematology Analyzer Systems to run 54 tests or cycles per day (dispersed between the three machines) at NAVHOSP Great Lakes Branch clinics. The contractor shall provide calibrators and controls for subject instruments. Calibrators shall be shipped every quarter, one (1) set per instrument. Controls shall be shipped every two months, one (1) set per instrument. The contractor shall provide the following reagent materials: Seven (7) cubes of Part# 03H79-01 Diluent 3200 per month; Seven (7) cubes; Part # 03H80-01 Hemoglobin 3200 per month; Six (6) cubes of Part # 03H78-01 WBC Reagent 3200 per month; Three (3) cubes of Part # 99220-01 Diluent 1700 per month; Three (3) cubes of Part# 99320-01 Detergent 1700 per month; and Three (3) cubes of Part# 99420-01 Lytic Agent 1700 per month. Reagent materials must be delivered in the specified quantities on the 1st Monday of each month. If the first Monday of the month is a Federal Holiday, delivery shall be made the next day. Delivery will be FOB Destination, all transportation charges paid by the contractor, to Naval Hospital Great Lakes. The contractor shall also provide telephone customer assistance 24 hours per day and on-site full service Monday through Friday from 0800 to 1700 as needed. The contractor shall provide systems training for two operators. The required specifications for the main analyzer to be used at the Naval Hospital are as follows: WBS linearity must be 0-250K/uL; must have solid state LED HgB flow cell; red blood cell count must be free of interference from white blood cells; hemoglobin measurement must be free of interference from white blood cells; platelet linearity must be 0-1750K/uL; platelet count must utilize floating thresholds and 256-channel resolution; must directly measure a 5-part differential using a single technology generating at least four specific cell characteristics; must provide resistance RBC mode of operation to produce a correct WBC and Differential in the presence of lyse-resistant red blood cells; entire system must have electronically controlled fluidics with electronic solenoid valves and motors; must have internally and externally self-cleaning sample probe in both primary and secondary modes to minimize biohazard exposure; must provide auto-validation of leukocyte enumeration upon request; must be a self-contained, countertop unit without any external power or pneumatic module; must have self-diagnostics to constantly monitor proper performance with digital displays and hard copy printout capabilities; system must provide for patient storage of 10,000 results including both numeric values and all scatter-grams and histograms; system must have complete QC package that includes 20 QC files, 120 data points per file, Levy-Jennings plots and Westguard analysis, must include moving averages program for RBC, WBC and Differential parameters and must use three or less reagents. Award of a firm fixed price contract is anticipated. The Government?s obligation is contingent upon Congress enacting FY02 appropriations. The NAICS is 621511 with a size standard of $10 MIL. Resultant purchase order will contain a base year plus three one year options as follows: BASE 01 OCT 01 or date of award (whichever is later) through 30 SEP 02; OPTION I 01 OCT 02 through 30 SEP 03; OPTION II 01 OCT 03 through 30 SEP 04; and OPTION III 01 OCT 04 through 30 SEP 05. Offeror is to price the above requirement on a cost per test (CPT) basis using the schedule set forth below. SCHEDULE: CLIN: 0001, DESCRIPTION: Consumption of Cubes to Accomplish 83 tests per day using the CD3200SL and 54 test per day using the CD1700CSs for a one year period. QTY: 348. Unit: CUBE. Offeror is to provide a unit price (cost per cube) and extended price (cost per cube * # of cubes) for each CLIN. Offeror is to provide pricing for the Base and three option periods. The Government has the unilateral right to exercise the option periods listed above provided that the Government notifies the contractor of the Government?s intent to exercise the option within 30 days prior to the expiration of the current period of performance. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: FAR 52.212-1 "Instructions to Offerors-Commercial Items"; FAR 52.212-3 "Offeror Representations and Certifications-Commercial Items"; FAR 52.212-4 "Contract Terms and Conditions-Commercial Items"; 52.217-9 (a) 30 days (c) 48 months; FAR 52.212-5 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items" (a)(1) and (2) and (b) (1)(2)(3)(4) (5)(6) (7)(8)(9)(10)(11)(16) and (e)(1)thru(4). The following Defense Far Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: DFARS 252.212-7000 "Offeror Representations and Certifications-Commercial Items," and DFARS 252.212.7001 "Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial items." A proposal from the aforementioned sole source provider in response to this solicitation must be submitted in accordance with the instructions set forth in FAR 52.212-1 paragraph (b). As a minimum, the proposal shall include a price proposal on company letterhead or the SF 1449 for the requested line items showing unit price and extended price for the base and each option year. If the SF1449 is not used, the proposal must include a statement specifying the extent of agreement with all terms, conditions and provisions of solicitation. The proposal must also include remittance address, completed copies of FAR 52.213-3 and DFAR 252.212-7000 and any warranty, price or discount terms. Responses to this solicitation are due no later than 21 Sep 01. All offerors shall be sent to FISC Norfolk Det. Philadelphia, 700 Robbins Ave., Bldg. 2B, Philadelphia, PA 19111-5083 Attn: Bid Room, Code 02P52 and should references N00140-01-R-N658. Facsimile proposals will also be accepted in accordance with FAR 52.215-5 at fax (215) 697-9742. Solicitation POC is Jennifer Weindel, Code 02P33J, phone (215) 697-9696. Other interested persons may identify their interest and capability to respond to the requirement or to submit proposals. This notice of intent is not a request for competitive proposals. As determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Information received as a result of this notice of intent will normally be considered solely for the purposes of determining whether to conduct competitive procurement. =20 =20
Web Link
Visit this URL for the latest information about this (http://www.eps.gov/spg/USN/NAVSUP/FISCDETPHILA/N00140-01-R-N658/lis ting.html)
Record
Loren Data Corp. 20010920/QSOL004.HTM (D-261 SN50X9E0)

Q - Medical Services Index  |  Issue Index |
Created on September 18, 2001 by Loren Data Corp. -- info@ld.com