Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 06, 2009 FBO #2657
SOURCES SOUGHT

Q -- Microbiology Instrumentation

Notice Date
3/4/2009
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, California, 94535-2632, United States
 
ZIP Code
94535-2632
 
Solicitation Number
FA4427-09-R-0106
 
Point of Contact
Keith Philaphandeth, Phone: 707-424-7724
 
E-Mail Address
keith.philaphandeth@travis.af.mil
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this sources sought synopsis is to gain knowledge of 8(a), HUBZONE, small, small disadvantage and large business relative to NAICS Code 334516 (Size Standard of 500 Employees). Responses to this sources sought synopsis will be used by the government to make appropriate acquisition decisions (see submittal requirements below). After review of the repsones to this sources sought announcement, a solicitation announcement will be published on FedBizOpps. Repsonses to this sources sought announcement are not adequate response to the solicitation announcement. All interested offerors will have to respond to the solicitation announcement in addition to responding to this sources sought announcement. Travis AFB is seeking sources to do the following things: 1. Provide Microbiology Instrumentation that offers blood culture, identification and susceptibility technologies satisfying the following requirements; - Blood & Body Fluid Testing - Mcyobateria Testing 2. Provide Equipment to include the following services: A. Provide equipment with the following operational features: ▪ Capability of performing aerobic and anaerobic analysis utilizing blood and body fluid, to include mycobateria testing on a 24-hour basis. ▪ Provide sufficient capacity (200 load/bottle minimum), to include the ability to add to existing unit. ▪ Sufficient safety features to avoid unnecessary exposure to biohazardous and chemical material; exposure/volume generated by equipment must be minimal and require minimal amount of handling. ▪ Bi-directional, bar-coded interface. The analyzer(s) must be bi-directionally interfaced to CHCS (must be able to download test order menu and demographics from host computer and integrate this information with test results for filing in host computer). ▪ Design must allow easy serviceability, versatility and optimal staff efficiency and convenience. B. Provide equipment with the following technical features: ▪ Minimal in-house daily/weekly/monthly maintenance/QC requirement ▪ Continuous bottle/media loading with no interruption to patient testing. ▪ "Walk-away" testing capability. ▪ Remote alarm capability; to alert operator of "positive" cultures. ▪ Bar-coding of patient samples/media. ▪ Capability to store, print and retrieve patient reports. ▪ Simple bottle management, identification of unidentified/misplaced bottles. ▪ System alerts user of errors, for instances incomplete bottle incubation, expired media, etc. C. Provide equipment with the following hardware features: ▪ The total equipment, per specifications, to be installed will not negatively impact the functionality/ operations of that laboratory, nor will it require significant and/or costly infrastructure changes. ▪ On-board, adjustable monitor/screen that is easily readable; easy to distinguish positive/negative bottles. ▪ Printer with the capability of printing a patient report with patient demographic information that includes minimally the patient's name/accession number is required. ▪ Uninterruptible power supply (UPS) for each instrument provided under this contract is required. D. Required media: ▪ FDA-cleared direct draw bottles ▪ Media QC not required ▪ Minimal sample volumes for adult and pediatric patients (FDA-cleared). ▪ Media shelf life <12 months (minimum). ▪ Clear and easy interpretation of gram stains E. Provide reagent rental agreement pricing. F. Provide 24/7 service and online phone support. G. Provide training for government personnel. 3. Request a contract with 1 base year and 4 option years to begin 1 Oct 09 - 30 Sep 10. The service will be performed at David Grant Medical Center, Travis AFB, CA. Responses to this notice should include company name, address, point of contact, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS) and must respond to the following questions: 1) Is your business a large or small business? 2) If small, does your firm qualify as a small, emergency business, or a small, disadvantaged business? 3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? 4) Is your firm a certified "hub zone" firm? 5) Is your firm a woman-owned or operated business? 6) Is your firm a certified Service-Disabled Veteran Owned and Veteran-Owned? 7) Does your firm have an Environment Management System Certification (EMS)? 8) Is your firm a certified Department of Defense Agent? 9) Does your firm perform background checks? 10) Does your firm have a quality assurance plan in place? What quality assurance methods and quality standards does your firm use? 11) Do you currently have a government contract? If yes, what type of contract? Please provide a capability statement, including summary of relevant performance history (with points of contact and applicable telephone numbers, FAX numbers, addresses and email addresses, if available) within the past three years. This is not a request for proposals and in no way obligate the Government to award any contract. Responses must be received in writing no later than 20 Mar 09. Firms responding to this announcement which fail to provide all of the required information cannot be used to help the Government make the acquisition decisions which is the intent of this synopsis. This notice is to help TAFB in determining potential sources only. No solicitation is currently available. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. If a solicitation is issued, it will be announced later in the FBO and all interested parties must respond to that solicitation announcement separately from the responses to this announcement. A response to this sources sought synopsis is NOT a request to be added to a prospective bidders list or to receive a copy of the solicitation.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b23d3765bdf004ffb61c5def3073b135&tab=core&_cview=1)
 
Place of Performance
Address: David Grant Medical Center, 101 Bodin Circle Bldg 777, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN01761210-W 20090306/090304215337-b23d3765bdf004ffb61c5def3073b135 (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.