Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 01, 2013 FBO #4268
SOURCES SOUGHT

65 -- Hematology Analyzer Lease - Sources Sought

Notice Date
7/30/2013
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Combat Command, 55 CONS, 101 Washington Sq Bldg 40, Offutt AFB, Nebraska, 68113-2107, United States
 
ZIP Code
68113-2107
 
Solicitation Number
F3H4A13184A001
 
Archive Date
8/22/2013
 
Point of Contact
Cody R. Benjamin, Phone: 4022321459, Christopher A. Raney, Phone: 4022942248
 
E-Mail Address
cody.benjamin@offutt.af.mil, christopher.raney@offutt.af.mil
(cody.benjamin@offutt.af.mil, christopher.raney@offutt.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Description of Hematology Analyzer Sources Sought General Description Provide and install all equipment necessary to perform hematology testing according to this statement of need. To include the following specs: • One Hematology Analyzer with specifications listed below, and • All computer system peripherals including, but not limited to, the computer, monitor, printer, software, and cables. Test Requirements: Estimated Tests/yr. Complete Blood Count (CBC) 10,500 White Blood Cell Red Blood Cell Hemoglobin Hematocrit Mean Corpuscular Volume Mean Corpuscular Hemoglobin Mean Corpuscular Hemoglobin Concentration Red Blood Cell Distribution Width Platelet Count (optical platelet analysis) 5-Part Differential 10,500 Neutrophil (Percent and absolute count) Lymphocyte (Percent and absolute count) Monocyte (Percent and absolute count) Eosinophil (Percent and absolute count) Basophil (Percent and absolute count) The Hematology Instrument (CBC plus 5 part differential) Must: • Perform accurate, sensitive 5 part differential (described above) without operator intervention. Flag, or otherwise notify operator of abnormal findings so that a manual procedure can be employed prior to reporting results through CHCS. • Provide accurate, optical platelet analysis. Proven minimal impact from interfering substances/cell fragments. • Possess fully integrated software which will allow for easy addition of new features by software and allow for easy submission of QC information for analysis. Software support must be for term of contract, to include all programming and service upgrades at no additional costs. • Minimize the number of reagents needed to perform a five-part differential. This is necessary to simplify inventory control, storage, and promote user effectiveness (less than 5 reagents are desired). • Utilize a bar code reader for patient and reagent identification to minimize human error associated with manual entry. • Utilize LCD monitor or other comparable operator interface for ease of operation and operator training. • Allow for programmable patient limits and panic values. Notify operator when these limits are exceeded to allow for a manual procedure to be implemented prior to reporting values through CHCS. • Have a reagent log on the system and a visual on-line reagent level status. • Have a minimum storage capacity of 10,000 patient results allowing for review of suppressed patient information at the request of the physician or supervisor. • Be capable of multitasking giving the technician the ability to access or print data at any time increasing their productivity. • Provide or perform two calibrations per year. • Have on-board operator's manual and/or maintenance videos which will aid the technician in accessing instrument information, promoting ease of use for the operator and minimize unnecessary down-time. • The instrument must have on-board tracking of reagents, calibrations, and controls. • Be capable of analyzing WBCs up to 200K/ul and platelets up to1500K/ul reducing the potential for manual intervention and dilutions. • Require minimal maintenance (daily, weekly, and monthly). Operator performed maintenance should not exceed 20 minutes on any given day. • Allow for the submission of peer-data with a reporting group of >25 users. • Have an analyzer available for installation within a maximum of 60 days after acceptance of this contract. • Must have attained FDA approval for installation of exact model of analyzer at least 12 month prior to acceptance of contact. • Be able to show successful installation and integration (including CHCS interface) of exact model in at least 2 other DOD facilities. Other Stipulations Included in this Agreement: • Provide one Uninterruptible Power Supply unit to allow work to continue during a time of power failure. • Provide Laboratory Interface to provide bidirectional data transfer to CHCS. Must be able to interface with the existing Laboratory Information System (LIS), Composite Healthcare System (CHCS). • Must offer the ability to use bar coded specimens and host-query bidirectional interface between instrument and CHCS. • Provide documentation that the instrument and its reagents have necessary FDA approval to ensure laboratory is able to continue to retain accreditation with all regulatory agencies. • Provide service for the instrument during normal business hours, excluding holidays and weekends for the duration of the contract. Technical support via telephone must be available for any reagent, software, and instrument problems between the hours of 8:00 AM and 4:00 PM CST. On-site service must be available within 24 hours of notification Monday - Friday, excluding national holidays. Defective parts and software shall be replaced/upgraded as necessary to continue operations at maximum efficiency/accuracy at no charge. • Provide preventative maintenance visits at once a year for the duration of the contract at no additional charge. • Once the terms of the contract have been fulfilled, allow the purchase of additional reagents at current GSA list price. • Provide instrument software upgrades at no cost during the term of the contract. • Provide off-site training for two- (2) individuals to include transportation, food, and lodging during the first year. • Additional on-site training shall be provided as necessary and at no extra charge. • Perform correlation, precision, linearity and all other studies required during installation of system. • System must have engineering features to enable operator troubleshooting and enhance reliability.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/55CONS/F3H4A13184A001/listing.html)
 
Place of Performance
Address: Medical Group Labrotory, Offutt AFB, Nebraska, 68113, United States
Zip Code: 68113
 
Record
SN03130867-W 20130801/130730235049-b1a6096816b281b1c555694c3687c687 (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.