SOURCES SOUGHT
W -- Chemistry Analyzer
- Notice Date
- 12/10/2004
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
- ZIP Code
- 36112-6334
- Solicitation Number
- Reference-Number-F73MSO43459999
- Response Due
- 12/17/2004
- Archive Date
- 12/17/2004
- Small Business Set-Aside
- Total Small Business
- Description
- 1. Sources Sought Synopsis: Small Business interests shall note the Federal Acquisition Regulation (FAR) Part 19, North American Industry Classification System Code (NAICS) Code and Small Business Size Standard for the requirement identified in this announcement. The anticipated NAICS Code is 334513, and size standard is 500. 2. The contractor shall provide non-personal services for the 42nd Medical Group, 300 S. Twining Street, Building 760, Maxwell AFB, AL., 36112 as outlined below: Contractor must provide sources to provide lease services on CHEMISTRY ANALYZER to replace equipment currently used to perform approximately 136,116 tests/year that are ordered by physicians at the 42nd Medical Group in meeting the goals to make processes and systems more responsive and efficient in achieving the mission. The lease instrument must be installed and ready for testing by 01 Jan 05. Dimension RxL Max clinical chemistry system with Heterogeneous Immunoassay Module, or equal. SPECIFICATIONS NEEDED IN A NEW CHEMISTRY ANALYZER Analyzer A single integrated chemistry analyzer for performing all general chemistries, thyroid panels, HA1c, PSA, and bHCG. Analyzer must not exceed a footprint 15 sq.ft. (2.5 ft. by 6 ft.) Analyzer must not use more than one 115V dedicated outlet. Analyzer must not consume more than 4 liters of water per hour while processing Analyzer must not require a floor drain. Time required for daily maintenance or startup must not exceed 5 minutes. Reagent System Analyzer must have a calibration interval of no less than 60 days for all tests to be performed. There must not be any sample pre-treatment for HA1c, HDL, or LDL. All chemistries to be performed must have FDA clearance for plasma application including PSA. All reagents must be ready to use directly from the refrigerator without mixing or equilibration to room temperature. Analyzer must be capable of automatic reflex testing, automatic repeat of panic values and automatic dilution of all tests, if needed. Operator must be able to add and to remove reagents on-the-fly while instrument is sampling and/or processing. Analyzer must be able to switch calibration curves of different reagent lot numbers of the same test automatically while processing. Analyzer must not be able to perform patient testing on un-calibrated reagent. HA1c must not have any sample pre-treatment and must maintain barcode identification of primary sample tube. Analyzer must have open channel capability for user-defined tests, i.e. G6PD. 3. The Government contemplates award of a firm-fixed price contract. 4. This requirement is to provide lease equipment as outlined above. Please submit the following information with your response to this Sources Sought Synopsis: a. Business Size: HUBZone 8(a), Other 8(a), HUBZone Small Business, Serviced Disabled Veteran-Owned Small Business, Small Business, or Large Business b. State whether lease equipment can be obtained under an existing Government wide agency contract, (i.e. GSA, VA, etc). If so, please include contract number. c. Past Performance Information: The three most recent and relevant references (whether federal, state or local government or private industry). Relevant Information must relate to same or similar equipment. Past Performance Information must include the following: (1) Contracting Agency: _________________________________ (2) Contract Number: ___________________________________ (3) Type of Contract (Firm Fixed Price, Cost Reimbursement, Requirements ______________________________________ (4) Title of Contract: ____________________________________ (5) Description of Work Performance: _____________________ ___________________________________________________ ___________________________________________________ ___________________________________________________ (6) Contract Dollar Amount: _____________________________ (7) Period of Performance: _______________________________ ___________________________________________________ (8) Name, Address, Fax and Telephone No: _________________ ___________________________________________________ (9) Comments regarding compliance with terms and conditions: __________________________________________________ __________________________________________________ 5. All interested sources must respond to this Sources Sought Synopsis by 3:00PM, Central Daylight Time (CDT) on 17 Dec 2004. Mail responses to: 42d Contracting Squadron, LGCA2 Flight, ATTENTION: Genell Carter, 50 LeMay Plaza South, Building 804, Maxwell AFB, AL 36112 or email responses to: genell.carter@maxwell.af.mil, or eugene.tilghman@maxwell.af.mil. 6. Points of Contract are Genell Carter, Contract Specialist, telephone (334) 953-5866, Contract Specialist, or Contracting Officer, Eugene V. Tilghman Sr., telephone (334) 953-3526.
- Place of Performance
- Address: Maxwell AFB, AL
- Zip Code: 36112
- Country: USA
- Zip Code: 36112
- Record
- SN00719845-W 20041212/041210211818 (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 |