Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 31, 2014 FBO #4571
SOURCES SOUGHT

Q -- Blood Culture Analyzer

Notice Date
5/29/2014
 
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
F3Z4534052A002-BloodCultureAnalyzer
 
Archive Date
6/28/2014
 
Point of Contact
Amanda L Scheer, Phone: 7074247710, Jason E. Horlacher, Phone: 7074242014
 
E-Mail Address
amanda.scheer@us.af.mil, jason.horlacher@us.af.mil
(amanda.scheer@us.af.mil, jason.horlacher@us.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 POTENTIAL QUALIFIED SOURCES AND THEIR SIZE CLASSIFICATIONS (HUBZONE 8(a), 8(a), HUBZONE, SMALL, SMALL DISADVANTAGE AND LARGE BUSINESS) RELATIVE TO NAICS CODE 334516. 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 RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT, A SOLICITATION ANNOUNCEMENT WILL BE PUBLISHED IN FEDBIZOPPS. RESPONSES TO THIS SOURCES SOUGHT ANNOUNCEMENT ARE NOT ADEQUATE RESPONSES 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: 1. Blood Culture analyzer will process at minimum annual volume of the tests below: a. Aerobic (bacterial) b. Anaerobic (Bacterial) c. Pediatric (Bacterial) d. Fungal 2. Provide a bacterial and fungal capable of performing an automated test that detects bacterial and fungal infection from blood and body fluids. 3. The analyzer(s) must meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI-formerly NCCLS). 4. Instrument(s) and assays are FDA cleared (Vendor must provide proof of certification) a. No FDA warning letters issued over the Past 24 Months 5. Provide equipment/services with the following operational features: a. System must be capable of performing blood culture and fungal testing b. Sufficient safety features to avoid unnecessary exposure to bio hazardous and chemical material. The exposure to and the volume of bio hazardous and chemical material generated by the equipment must be minimal and require a minimal amount of handling. c. Sufficient capacity and throughput to handle the testing volume and service demands. 6. Provide equipment/services with the following technical features: a. Capability of "walk-away" testing b. There must be no significant sample carry-over c. Must use fluorescent technology to detect bacterial growth d. Remote alarms for positive samples e. The blood and fungal culture consumables must use resin media f. Compatibility with existing software, BD EpiCenter, Microbiology Data Management System g. Monitor low volume samples 7. Provide equipment/services with the following hardware features: a. 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. b. Bacterial and fungal culture analyzer footprint of 78.25 inch height, 62.2 inches wide and 34 inches deep c. Electrical Requirement: 120V d. An uninterruptible power supply for each instrument provided under this contract is required. e. All necessary maintenance to keep the equipment in good operating condition (this element includes both preventive maintenance and emergency repairs). 8. Provide 24/7 online phone support (including Federal holidays), with on-site service within 24 hours from problems not resolved by phone 9. Provide training for government personnel: minimum 2 slots implementation year and 1 training slot with each option year exercised. On-site training of staff after initial instrument setup and validation. 10. Provide analyzer(s) with adequate throughput to meet needs. a. Contractor must assess equipment, work flow, volumes and space to meet the individual site requirement with minimum costs. 11. Vendor provides a specialist to perform/oversee system installation, correlation, validation. Vendor also provides all validation reagent, calibrators, controls, and consumables needed to perform these tasks free of charge during the validation period. 12. Vendor provides a client service representative that can be reached 24 hours a day, 7 days a week. Performance will be 1 October 2014 through 30 September 2015 with four one-year option periods. Responses to this notice should include company name, address, point of contract, Cage Code, size of business pursuant to North American Industrial System (NAICS) and must respond to the following: 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 "HubZone" 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 perform background checks? 8) Does your firm have a quality assurance plan in place? What quality assurance methods and quality standards does your firm use? 9) Do you currently have a government 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 obligates the Government to award any contract. Responses must be received in writing no later than 1200 hrs Pacific Standard Time 13 June 14. 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 sources sought. This notice is to help Travis AFB 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 posted later at https://www.fbo.gov 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. Contracting Office Address: 350 Hangar Ave. Bldg. 549 Travis AFB, California 94535-2632 United States Place of Performance: Travis AFB, California 94535-2632 United States Primary Point of Contact: Amanda Scheer Contracting Specialist amanda.scheer@us.af.mil Phone: (707) 816-3899 Fax: (707) 424-0288 Secondary Point of Contact: Jason Horlacher Contracting Officer Jason.horlacer@us.af.mil Phone: (707) 424-7760 Fax: (707) 424-0288
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/60CONS/F3Z4534052A002-BloodCultureAnalyzer/listing.html)
 
Place of Performance
Address: David Grant Medical Center, Travis AFB, California, 94535, United States
Zip Code: 94535
 
Record
SN03378957-W 20140531/140529234707-847e9f51d94339fd0fbea1f00a505620 (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.