SOURCES SOUGHT
65 -- The Government is attempting to find prospective businesses (Large, Small, or Foreign Firms) who may be interested in competing for a Firm Fixed Price required for one (1) autoSCAN -4 System (Brand Name or Equal).
- Notice Date
- 3/21/2011
- Notice Type
- Sources Sought
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W91YTZ-RKB-11-0415
- Response Due
- 3/28/2011
- Archive Date
- 5/27/2011
- Point of Contact
- Keith Batchelor, 301-619-8927
- E-Mail Address
-
Medcom Contracting Center North Atlantic
(keith.batchelor@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS NOT A FORMAL REQUEST FOR PROPOSAL (RFP) AND DOES NOT COMMIT THE DEPARTMENT OF THE ARMY, HEALTHCARE ACQUISITION ACTIVITY-NORTH (HCAA-N) TO AWARD A CONTRACT NOW OR IN THE FUTURE This is a SOURCES SOUGHT NOTICE to determine the availability of small businesses (e.g., 8(a), service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, veteran-owned small business, and women-owned small business) under NAICS code, 325413 with less then 500 employees. Background/Scope The Government is attempting to find prospective businesses (Large, Small, or Foreign Firms) who may be interested in competing for a Firm Fixed Price required for one (1) autoSCAN -4 System (Brand Name or Equal). Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. HCAA-N has a need for one (1) autoSCAN -4 System (Brand Name or Equal). Minimum Requirements(Specifications): The contractor shall complete walk-away instrument for processing microbiology identification and sensitivity panels. Specifications: 1. Compact unit: A.Physical Dimensions: 10"H x 19"W x 23"D Weight: 40 lbs Power cord length: 6'5" Cable to computer length: 8'5" Digital Interface: RS-232C (9600 baud) AC power plug type: 5-15P B.Analyzer System panel capacity: 1 panel/reading Read time: Less than 5 seconds C.Power Line voltage: 105/115/230 VAC Line frequency: 60/50 Hz Line current: 2.00A max. (115V), 125A max. (230V) Heat generation: 630 BTU/HR D.Optical system General: Abridged filter photometer with six interface filters (wavelength is nanometers: 440, 470, 505, 560, 590, 620), 96-channel fiber optics harness Light source: Tungsten-halogen lamp, 3500 hours Spectral bandwidth: 10 nm E.Safety requirements Ground: impedance 0.1 ohms max. Dielectric withstand voltage: No dielectric breakdown (@ 1000 VAC 60 Hz for 1 min) Power cord: 3-conductor, 16 AWG industrial grade SJT Overcurrent interrupter: 1.60A (115V), 0.80A (220V) Leakage current: Less than 500uA 2.Configuration: A.Autoscan B.Computer Monitor C.Report Printer D.Keyboard 3.Accessories: None. 4.Installation and Testing: Will be performed by medical Maintenance 5.Training: An initial operator's training shall be provided. 6.Warranty: One Year. Business information: The report should include achievable specifications and any other information relevant to your product or capabilities. Also, the following information is requested to be provided as part of the response to this sources sought notice: 1. Name of the company that manufactures the system components for which specifications are provided. 2. Name of company(ies) that are authorized to sell the system components, their addresses, and a point of contact for the company (name, phone number, fax number and email address). 3. Indication of number of days, after receipt of order that is typical for delivery of such systems. 4. Indication of whether each instrument for which specifications are currently on one or more GSA Federal Supply Schedule contracts and, if so, the GSA FSS contract number(s). 5. Any other relevant information that is not listed above which the Government should consider in developing its minimum specifications and finalizing its market research. The synopsis is for information and planning purposes and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Respondents will not be notified of the results of the evaluation. All information submitted in response to this announcement must arrive on or before the closing date. Interested parties responding to this Sources Sought Notice shall submit all information and responses by Email to the following point of contact below and reference W91YTZ-RKB-11-0415. Phone and/or hand written responses will not be accepted. Responses shall be received no later than March 28, 2011 at 10:00 am EST. The Government will not pay for any information that is submitted by the respondents to the Sources Sought request, it is strictly voluntary. The Government will treat all responses in a confidential manner, and will not release this information to the public. Point of Contact: Keith Batchelor, Contract Specialist, Email Keith.Batchelor@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-RKB-11-0415/listing.html)
- Place of Performance
- Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
- Zip Code: 20307-5000
- Zip Code: 20307-5000
- Record
- SN02405279-W 20110323/110321234204-88b20fc65cc917d3b4be8c10d49822da (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 |