SOLICITATION NOTICE
W -- Clinical Laboratory Urine Analyzer
- Notice Date
- 9/5/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532490
— Other Commercial and Industrial Machinery and Equipment Rental and Leasing
- Contracting Office
- Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW, Naval Station Anacostia Annex, Suite 310, Bolling AFB, District of Columbia, 20032-0305
- ZIP Code
- 20032-0305
- Solicitation Number
- F1D4528133A001
- Response Due
- 9/26/2008 11:00:00 AM
- Point of Contact
- Mary H. Lawrence, Phone: 2024042321, Kimberly Williams,, Phone: 202-767-4189
- E-Mail Address
-
Mary.lawrence.ctr@afncr.af.mil, kimberly.williams@afncr.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION (I) This is a combined synopsis/solicitation for commercial items in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a 100% small business set-aside. The Request for Quotes (RFQ) is for a Firm Fixed Price contract, to procure maintenance and repair services for one (1) primary urinalysis analyzer, one (1) back-up analyzer that uses identical methodology as the primary analyzer, one (1) printer. Please not that this requirement is subject to FAR 52.232-18 "Availability of Funds (Apr 1984)" Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. (II) Submit written quotes on RFQ number F1D4528133A001. (III) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (IV) This procurement is 100% small business set-aside. The associated NAICS code is 532490. The small business size standard is $6.5 million. (V) This combined solicitation/synopsis is to purchase the following commercial services: The contractor shall furnish one (1) primary urinalysis analyzer, one (1) back-up analyzer that uses identical methodology as the primary analyzer, one (1) printer, an operator's manual, accessory kit, all reagents, all calibrators, necessary to operate the analyzers for the contracted tests. The primary analyzer should have automation capable of processing a large volume of samples; the back-up analyzer must possess identical methodology as the primary analyzer. The instrument should interface with our existing Hospital Computer System and be capable of producing reliable ketones, urobilinogen, creatinine, glucose, leukocytes, nitrite, protein occult blood, pH, bilirubin, and protein test results. Also essential is urine color and clarity determination. The period of performance is 01 October 2008 through 30 September 2009, with four (4) one-year options. Base Year CLIN 0001 Quantity Unit Total Clinical Laboratory Urine Analyzers 12 Months IAW the attached Statement of Work (POP 01 Oct 2008 - 30 Sep 2009) Option Year 1 CLIN 1001 Quantity Unit Total Clinical Laboratory Urine Analyzers 12 Months IAW the attached Statement of Work (POP 01 Oct 2008 - 30 Set 2009) Option Year II CLIN 2001 Quantity Unit Total Clinical Laboratory Urine Analyzers 12 Months IAW the attached Statement of Work (POP 01 Oct 2009 - 30 Sep 2010) Option Year III CLIN 3001 Quantity Unit Total Clinical Laboratory Urine Analyzers 12 Months IAW the attached Statement of Work (POP 01 Oct 2011 - 30 Sep 2012) Option Year IV CLIN 0001 Quantity Unit Total Clinical Laboratory Urine Analyzers 12 Months IAW the attached Statement of Work (POP 01 Oct 2012 - 30 Sep 2013) Contract Total _________________________ (VI) Full description of requirement as follows: STATEMENT OF WORK 1. DESCRIPTION OF SERVICES: The contractor shall furnish one (1) primary urinalysis analyzer, one (1) back-up analyzer that uses identical methodology as the primary analyzer, one (1) printer, an operator's manual, accessory kit, all reagents, all calibrators, necessary to operate the analyzers for the contracted tests. The primary analyzer should have automation capable of processing a large volume of samples; the back-up analyzer must possess identical methodology as the primary analyzer. The instrument should interface with our existing Hospital Computer System and be capable of producing reliable ketones, urobilinogen, creatinine, glucose, leukocytes, nitrite, protein occult blood, pH, bilirubin, and protein test results. Also essential is urine color and clarity determination. The instrument's test menu must meet the needs of MGMC medical staff, with an acceptable throughput of the analyzer (how many tests can it do in an hour), the contractor will provide analyzers to meet the testing needs of our facility. The analyzer, instrument methodology and results shall be in accordance with the requirements of professional standards of the College of American Pathologists (CAP) and the Joint Commission (JC) and any applicable Directives from the Department of Defense (DOD), or Office of the Air Force Surgeon General Standards or requirements. Requirements and standards are incorporated in this Statement of Work (SOW). The Contractor shall submit reports and documentation as identified throughout the SOW. The period of performance will be from 1 Oct 2008 through 30 Sep 2009 with four (4) one-year options. 1. Analyzer Requirements: The analyzer should have dry pad testing methodology (reagent test strips) capable of producing reliable tests for ketones, urobilinogen, creatinine, glucose, leukocytes, nitrite, protein occult blood, pH, bilirubin, protein. The instrument should also determine urine color, and clarity. The analyzer must posses a specimen bar code reader to eliminate patient information input while providing continuous specimen access and STAT testing slots. The analyzer must possess built-in liquid level sensing for short samples and the ability to determine if a specimen needs microscopic analysis based on set result parameters. The analyzer should have a small enough platform to fit into our laboratory and use our exiting (power) facility capabilities. 2. Maintenance and Repair: The contractor will provide 24/7 technical phone support The contractor will provide 24/7 emergency and routine maintenance service and all reagents, calibrators, controls, and consumables required to perform urinalysis testing. The contractor will provide all tools, parts and labor needed for emergency or preventive maintenance and incur all associated travel costs 3. Billings: A cost per test will be established for the instrument to include all reagents test packs, calibrators, rinse additive kit and controls. The ability to establish drop shipments of supplies will be available. 4. Training Support: On-site technical service specialist will provide setup, method validation, and correlations with new analyzers. This does not apply to existing instruments. The technical service specialist will also provide on-site training per instrument for each completed year of customer agreement when a new instrument is installed. 5. Orientation: The contractor will be responsible for providing an orientation program to the clinical laboratory staff. (VII) Place of performance is located at Malcolm Grow Medical Center located on Andrews AFB, MD 20762. (VIII) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2007), with this quote. (IX) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2007), applies to this acquisition. (X) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2008) applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to this acquisition: 52.217-8 Option to Extend Services (Nov 1999) 52.219-9 Option to Extend the terms of the Contract (Mar 2000) 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644) 52.222-3 Convict Labor (Jun 2003) 52.222-19 Child Labor (Feb 2008) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Special Disabled Veterans, Veteran of the Vietnam Era, and other Eligible Veterans (Sep 2006) 52.222-36 Affirmative Actions for Workers with Disabilities (Jun 1998) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans (Sep 2006) 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.222-41 Service Contract Act of 1965, as Amended (Jul 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service contract Act-Price Adjustment (Multiple Year and Option Contracts) 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (XI) Quotes are due no later than 11:00 am, Eastern Standard Time, Wednesday, August 06, 2008. Offers shall be submitted electronically via email to: Mary.Lawrence.ctr@afncr.mil or faxed to (202) 767-7817. For additional information, contact Ms. Mary H. Lawrence, Contracting Specialist at Mary.Lawrence.ctr@afnce.mil or (202) 404-2321.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=067b8e60b3c6868e28529dbea5183d19&tab=core&_cview=1)
- Place of Performance
- Address: Malcolm Grow Medical Center, Andrews AFB, Maryland, 20762, United States
- Zip Code: 20762
- Zip Code: 20762
- Record
- SN01661951-W 20080907/080905223933-067b8e60b3c6868e28529dbea5183d19 (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 |