Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOLICITATION NOTICE

65 -- Hematology Analyzers, Reagent Material, Controls, and Calibrators

Notice Date
2/3/2006
 
Notice Type
Solicitation Notice
 
NAICS
621511 — Medical Laboratories
 
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
N00140-06-R-0015
 
Response Due
2/17/2006
 
Archive Date
3/4/2006
 
Description
<DESC> This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil/ ), the format required for providing Line Item Pricing cane be found at the above listed NECO website. The RFQ number is N00140-06-R-0015. This solicitation documents and incorporates provisions and clauses in effect through FAC 2001-22 and DFARS Change Notice 20060123. It is the contractor?s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm . The NAICS code is 621511 and the Small Business Standard is $10 Million. This is a competitive, unrestricted action. Award of this solicitation will be based on the best value to the Government past performance, corporate experience and price considered. The Government reserves the right to award to other than the lowest quoter. The following items are required: one primary, high volume, hematology analyzer capable of generating 1,500 tests/month and one secondary, low volume, hematology analyzer to run 500 tests/month to be placed in the main lab at the NAVAL HOSPITAL, Great Lakes; and two secondary, low volume, hematology analyzers, each to run 750 tests per month to be placed in two of the NAVAL HOSPITAL Great Lakes Branch Clinics. Each quote shall be on a cost per test/per month (CPT) basis. 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. Reagent materials must be delivered on the 1st Monday of each month. If the first Monday of the month is a Federal Holiday, delivery shall be made the next business day. All transportation charges shall be paid by the contractor, delivery will be FOB Destination. The contractor shall provide telephone customer assistance 24 hours per day. The contractor shall provide initial systems training for two operators. The contractor must provide a means of comparative statistics for all controls accessible via the internet. The required specifications for the PRIMARY ANALYZER are as follows: - System must provide a five-part automated differential (to include %neutrophils, %monocytes, %lymphocytes, %eosinophils and %basophils.): - System must include capability to perform automated reticulocyte testing; - System should be capable of at least three component multiple parameter measurement of blood cells in order to minimize possibility of counting errors, to include: -Optical measurement ? via laser light scatter. -Electrical measurement ? via electrical conductivity. -Volumetric measurement for correction of variability in other measurements. - Primary system WBC linearity must be 0-200K/uL; - Primary system must perform delta checks of results. - Primary system must have 24-hour, online monitoring capability allowing remote technical support via modem. - Primary system platelet linearity must be 0-2,000K/uL; - The primary, high volume, system must provide for storage of 20,000 results including both numeric values and all scatter-grams and histograms. The required specifications for each SECONDARY ANALYZER to be used at the Naval Hospital and the Branch Clinics are as follows: System must provide a five-part automated differential (to include %neutrophils, %monocytes, %lymphocytes, %eosinophils and %basophils.) -Secondary system platelet linearity must be 1,000K/uL; -Secondary system WBC linearity must be 0-120K/uL; -Secondary system must have onboard diagnostic capability and user manuals. -The three secondary, low volume, systems must provide for patient storage of 10,000 results -including both numeric values and all scatter-grams and histograms; -Minimum sample size of 185 uL in closed sampling mode or 125 uL in open mode. -System must have capability to program user defined normal value ranges, action limits, critical limits and decision rules for multiple patient categories and locations; -System must have onboard/online maintenance and troubleshooting manuals with video demonstrations and examples. -Must have internally and externally self cleaning sample probe in both primary and secondary modes to minimize biohazard exposure; -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 have complete QC package that includes user defined flagging, unlimited QC files, unlimited data-points per file, Levy-Jennings plots and Westgaard analysis, must include moving averages program for RBC, WBC and Differential parameters and -System must require calibration at no less than every six months, or as per regulatory requirements. The Base Period of Performance is 1 April 2006 through 30 September 2006 with four 12-Month Option Periods from 1 October 2006 through 30 September 2010. Quoters are to submit their proposed prices per line item for the base period and each option period in the formatted pricing chart which can be accessed on the NECO website at (http://www.neco.navy.mil/ ) under the RFQ number N00140-06-R-0015. A Firm Fixed Price type contract will be issued as a result of this solicitation. Responsibility and Inspection: Unless otherwise specified in the order, the contractor is responsible for the performance of all inspection requirements and quality control. The following FAR provisions and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Quoters shall include a completed copy of 52.212-3 ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. This announcement will close at 1600 on 17 February 2006. The Point of Contact for this solicitation is Joyce Kichman who can be contacted at 215-697-9671 or by email joyce.kichman@navy.mil. 52.217-9 Option to Extend the Term of the Contract, The Government may extend the term of this contract by written notice to the Contractor prior to the end of the performance period; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least one (1) day before the contract expires. The preliminary notice does not commit the Government to an extension.. 52.247-34 FOB Destination applies. All responsible sources may submit a quote that will be considered by the agency. Quotes may be sent via e-mail to joyce.kichman@navy.mil, or by mail to FISC Norfolk Contracting Department, Philadelphia Division, 700 Robbins Ave, BLDG 2B, Attn: Joyce Kichman, Philadelphia, PA 19111-5083. 52.212-2, Evaluation - Commercial Items, is applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - Price, Past Performance, and Corporate Experience. Past Performance will be rated as equal to Corporate Experience and as more important than price The Government reserves the right to award to other than the lowest quoter. Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoters past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ.
 
Place of Performance
Address: Naval Hospital Great Lakes, 510B Street BLDG 81H, Great Lakes, IL
Zip Code: 60088
Country: USA
 
Record
SN00980094-W 20060205/060203212629 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.