Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 25, 2021 SAM #7056
SOURCES SOUGHT

66 -- Automated Osmometer-including install/training/validation and clinical convenience kit (controls, calibration standards)

Notice Date
3/23/2021 8:11:48 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W40M USA HLTH CONTRACTING ACT JBSA FT SAM HOUSTON TX 78234-0000 USA
 
ZIP Code
78234-0000
 
Solicitation Number
PANHCA-21-P-06249
 
Response Due
3/30/2021 9:00:00 AM
 
Archive Date
04/14/2021
 
Point of Contact
Brenda Ferjak, Emerita Torres
 
E-Mail Address
brenda.m.ferjak.civ@mail.mil, emerita.torres.civ@mail.mil
(brenda.m.ferjak.civ@mail.mil, emerita.torres.civ@mail.mil)
 
Description
SOURCES SOUGHT NOTIFICATION The US Army Health Contracting Agency, Regional Health Contracting Office-Central, Ft. Carson Health Contracting Branch is issuing this sources sought synopsis on behalf of Evans Army Community Hospital (EACH), Fort Carson, Colorado. This sources sought is issued as a means of conducting market research to identify parties that have an interest in the resources to support this requirement for an Automated Osmometer, including installation/training/validation and clinical convenience kit. The following are the minimal acceptable characteristics: � Compatible with 1.5T and 3.0T MRI systems with 16 or more channels. � Positive sample identification through the use of barcode readers � Automatic sample transfer and duplicate testing from the same tube � Multiple sample tube size testing capability � Liquid level sensing and crash detection capable pipet system � Freezing point depression methodology � Automated calibration � Ability to track quality control data over time and construct Levey-Jennings charts � Small sample requirement (100 microliter/test) � STAT testing programming capability � Capable of testing serum and urine sample types � Shipping included � Instrument installation/operating manuals � Initial on-site training/training documents � On-site instrument validation Clinical Convenience Kit-disposable micro-sample tubes; probe wiper rings; fluid osmometer system; osmolality linearity set, 5-level, 5mL, ampule-pkg 10; calibration standard, 2000 mOsm-5 mL ampule-pkg 10; calibration standard, 3000 mOsm-5 mL ampule-pkg 10; reference solution, clinitrol 290, 2 mL ampule-pkg 10; paper, printer-5 rolls; calibration standard, 100 mOsm- 5mL ampule-pkg 10; calibration standard, 900 mOsm- 5mL ampule-pkg 10; protein-based controls; urine osmolality controls. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334516, Analytical Laboratory Instrument Manufacturing. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to provide these contract supplies/services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements shall address the particulars of this effort, with appropriate documentation supporting claims of organizational capability. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. The government will evaluate market information to ascertain potential market capacity to 1) provide supplies consistent in scope and scale with those described in this notice and otherwise anticipated; and 2) provide supplies under a performance based supplies acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, PROCURED THROUGH FULL AND OPEN COMPETITION OR SOLE SOURCE. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to provide the above-listed products/services are invited to submit a response to this Sources Sought Notice by 10:00 am MT, March 30, 2021. All responses under this Sources Sought Notice must be emailed to the Contract Specialist at brenda.m.ferjak.civ@mail.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/951d684fe91c4dd3a9df93fd026fd551/view)
 
Place of Performance
Address: Colorado Springs, CO 80913, USA
Zip Code: 80913
Country: USA
 
Record
SN05951404-F 20210325/210323230122 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.