SOLICITATION NOTICE
66 -- Coagulation Analyzer
- Notice Date
- 5/25/2004
- Notice Type
- Solicitation Notice
- NAICS
- 339111
— Laboratory Apparatus and Furniture Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Division of Contracts and Procurement Management, Office of Facilities, Acquisitions, and Central Svcs 5600 Fishers Lane, HFA-511, Rockville, MD, 20857
- ZIP Code
- 20857
- Solicitation Number
- Reference-Number-F82170
- Response Due
- 6/10/2004
- Archive Date
- 6/25/2004
- Point of Contact
- Patricia Wright, Buyer, Phone 301-827-7217, Fax 301-827-7101, - Patricia Wright, Buyer, Phone 301-827-7217, Fax 301-827-7101,
- E-Mail Address
-
patricia.wright@fda.gov, patricia.wright@fda.gov
- Description
- This is a combined/synopsis/solicitation for commercial items or services prepared in accordance with Format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This solicitation is issued as a Request for Quote (RFQ) No. F82170. The Food and Drug Administration is seeking vendors to provide a Coagulation Analyzer for the Clinical Chemistry Unit with the following specifications: The analyzer must have been on the market for less than 3 years. It must include a one year warranty. During the warranty period, all labor, travel and parts (except disposables) must be provided at no charge. A preventative maintenance (PM) service must also be provided at no charge. We also need an additional 4 years of an instrument service contract (business hours) with at least one preventative maintenance (PM) service per year. The service contract must cover all labor, travel and parts (except disposables) for the 4 year period. Emergency on site service is expected within 24 hours. It must be fully automated. It must be a compact benchtop model. It must have a built-in printer. The test menu must include PT, APTT, thrombin time, fibrinogen (Clauss and derived methods), extrinsic and intrinsic factor assays, protein C, heparin, AT III, and d-dimer. The analyzer must allow sampling from sample cups or primary tubes. It must have programmable channels. The throughput for simultaneous PT/APTT channels must be at least 40 test results per hour. The analyzer must be able to store up to 300 data samples. It must have a bidirectional interface to allow for transfer of results to a computer system. It must have barcode capability. Onsite training must be provided for two operators. All responsible sources that can provide and meet the above requirement shall submit written quotation including past performance by mail or fax 301/827-7101 or email: patricia.wright@fda.gov to the attention: Patricia Wright. All offerors must be registered in the Central Contractor Registration System (CCR). All quotes must be received by 2:00 pm eastern standard time June 10, 2004. Evaluation/Award will be based on the technically acceptable quote that offers the best value to the government. FAR provisions can be found at the following website: http://www.arnet.gov. This procurement will be awarded as a simplified acquisition in accordance with FDA Subpart 13.5.
- Record
- SN00591908-W 20040527/040525211831 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |