Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2009 FBO #2687
SOLICITATION NOTICE

65 -- Cost-Per-Test for Two Chemistry Analyzers - Schedule and Other Information

Notice Date
4/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma Area Ofc Claremore Service Unit, Claremore Indian Hospital, 101 South Moore, Claremore, Oklahoma, 74017
 
ZIP Code
74017
 
Solicitation Number
09-246-SOl-00004
 
Point of Contact
yolanda c reyna, Phone: 918/342-6511
 
E-Mail Address
yolanda.reyna@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
Drawing Schedule and Calibration Points This is a combined synopsis/solicitation for commercial items prepared 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. The solicitation number is 09-246-SOL-00004 for a Cost-per-Test Agreement to include reagents, calibrators, controls, supplies and preventive maintenance services for two Siemens formally known as Dade Behring Dimension RXL Max Chemistry Analyzers. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-31. The NAIC code is 334516 and the small business size standard is 500 employees. PERIOD OF PERFORMANCE: May 1, 2009 through April 30, 2010. EVALUATION: Evaluation will be based on Equipment; Reagents: Quality Control Material, Calibration Material, Supplies, Service, Upgrades; Training and Past Performance. EQUIPMENT: 35% points. The Offeror shall provide two Chemistry analyzers, which can perform the required in-house testing as listed on attached Government Estimate. The chemistry analyzers’ physical dimensions must fit into the available space within the chemistry section of the laboratory. The Offeror shall also provide any needed support items as required by the analyzer or any items needed to interface properly with the RPMS system. (1) Ability to provide two chemistry analyzers with 3 point calibrations (2) Ability to provide two chemistry analyzers with dimensions that will fit in the available space within the laboratory; (3) Ability to provide any other equipment needed to operate the analyzers; (4) Ability to provide a quality control program available for monthly data submission and evaluation. (5) Ability to provide initial calibration, linearity studies, comparisons, and AMR studies. REAGENTS, QUALITY CONTROL MATERIAL, CALIBRATION MATERIAL, SUPPLIES, SERVICE, UPGRADES: 25% points. The Offeror shall provide the reagents and supplies as required for testing on a cost per test basis. The Offeror will provide a Standard Plus Maintenance (preventative service and emergency repair) including all parts, labor and transportation, a fixed number of maintenance calls per year, and 24/7 telephone troubleshooting service. All software upgrades should be provided as they become available at no additional charge. (1) One hour response time for call back when service and support needed for equipment mal-function; (2) Replacement parts to be supplied when needed; (3) Contractor to provide 24/7 technical support for equipment troubleshooting; (4) Contractor to provide equipment and software updates and upgrades as available. TRAINING: 25% points. Offeror shall provide appropriate training. Airfare, lodging, meals, and local transportation should be included if training is to take place at another site. (1) Contractor to provide initial training of primary operator and additional training over the period of the contract. (2) Contractor to provide basic and advanced training. PAST PERFORMANCE: 15% points. Offeror shall provide documentation that such services being offered have been satisfactorily performed for at least one federal facility. A contact at that facility should also be provided. (1) Contractor to provide documentation of previous satisfactory federal cost per test contract; and (2) Contractor to provide a contact person Offerors are to include a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. The clause found at FAR 52.212-4, Contract Terms and Conditions – Commercial Items applies to this acquisition. The clause found at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. FAR 52.212-1 Instructions to Offerors – Commercial applies to this acquisition. Find FAR provisions and clauses at: http://www.arnet.gov/far/. Offers are due April 20, 4:30 p.m. CDT at Claremore Indian Hospital, Support Services, 101 South Moore Avenue, Claremore, Oklahoma 74017. Contact Yolanda Reyna at yolanda.reyna@ihs.gov for information regarding the solicitation or fax number 918-342-6675. PURPOSE: The contractor shall provide a cost-per-test agreement to include reagents, calibrators, controls, supplies, and preventive maintenance service for two Siemens formally known as Dade Behring Dimension RXL Max chemistry analyzers. Analyzers are to be maintained by contractor in accordance with manufacturer’s standards. The contract will also require upgrading one of the chemistry analyzers from the Dimension RXL Max to the Dimension EXL. BACKGROUND: The Claremore Indian Health Service Hospital is located in Claremore, Oklahoma and serves the Indian population of most of northeastern Oklahoma. The hospital is a 50-bed JCAHO accredited facility that includes an Intensive Care Unit, Obstetrics Unit, Surgery and Same-day Surgery Units, and a General Medical Unit. In addition to the inpatient facilities, this hospital also serves an average of four hundred outpatients daily Monday through Friday in the Medical Clinic, Walk-in Clinic, OB-GYN Clinic, Diabetes Clinic, Surgery Clinic, Pediatrics Clinic, and several other specialty clinics. The Emergency Room is operational 24 hours per day, seven days per week. The Claremore IHS Hospital Laboratory is a College of American Pathologist and CLIA accredited laboratory. It is staffed 24 hours per day, seven days per week and must have STAT capabilities for certain testing, as well as, routine testing capabilities for the chronically ill patients 24 hours per day, seven days per week. STATEMENT OF WORK: The Contractor shall provide all Chemistry Analyzers, Reagents, calibrators, controls, supplies, and maintenance services as follows: 1. The contractor shall provide Chemistry Analyzers, Reagents, calibrators, controls, and supplies on an as needed basis. 2. Chemistry Analyzers shall meet the following criteria: a. Must have a minimum of 3 point calibration for majority of tests (See attached schedule). b. The Contractor shall provide reagents, calibrators, controls, and supplies as required for testing on a cost per test basis for the test methods required by the Government (See attached schedule). c. Include all equipment parts and accessories needed to operate the analyzers. d. Include all necessary parts and accessories to allow chemistry analyzer’s interface capabilities into the RPMS system. e. Must have physical dimensions that will fit in the available space within the chemistry section of the laboratory. Available floor spaces include 1 area that is 14’4”Length X 4’7”Deep and an area that is 4’5”Lenghth X 24”D. Available counter space is a section that is 9’9”L X 24”D (see attached drawing). 3. Services to be provided at no additional cost: a. Chemistry analyzer preventive maintenance to be serviced to function in accordance with manufacturer’s standards b. Timely Service and support for the equipment, within one hour call back service. c. Replacement parts as needed. d. Troubleshooting of equipment 24/7 e. Training and technical support for the system. f. Updates and upgrades as available g. Initial set-up to include calibrations, linearity studies, comparisons, and AMR studies. h. The contractor shall maintain a Quality Control Program that will generate Inter-Laboratory Quality Control Reports 4. Reporting Requirement: Inter-Laboratory Quality Control Reports within 30 days of data submission. 5. Training: a. Initial training of two primary operators b. One additional training per contract renewal year
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=04fa1c3262d7d52b9eecd2ce63ced52c&tab=core&_cview=1)
 
Place of Performance
Address: 101 S. Moore Avenue, Claremore, Oklahoma, 74017, United States
Zip Code: 74017
 
Record
SN01785171-W 20090405/090403220439-04fa1c3262d7d52b9eecd2ce63ced52c (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.