SPECIAL NOTICE
66 -- Siemens Healthcare Diagnostics Lab Clinical Chemistry Analyzers Rota Spain
- Notice Date
- 8/10/2021 8:20:08 AM
- Notice Type
- Special Notice
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
- ZIP Code
- 21702-9203
- Solicitation Number
- N6264521RCE5017
- Response Due
- 8/25/2021 8:00:00 AM
- Archive Date
- 09/09/2021
- Point of Contact
- Lorri J. Loveland, Richard D Taylor
- E-Mail Address
-
lorri.j.loveland.civ@mail.mil, richard.taylor35.civ@mail.mil
(lorri.j.loveland.civ@mail.mil, richard.taylor35.civ@mail.mil)
- Description
- NOTICE OF INTENT The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis in accordance with FAR 13.106-1(b), Sole source acquisitions. The proposed source is Siemens Healthcare Diagnostics of Avenida De Leonardo Da Vinci, (PQ. Empresarial) 15 Getafe SPAIN 28906. Only one award will be made as a result of this synopsis. NMLC has a requirement for two (2) Analyzers, Laboratory, Clinical Chemistry, Automated [16-298] for US Naval Hospital Rota. The units shall be a single platform capable of performing general chemistry, special chemistry, analyzing urine, serum, plasma, Cerebrospinal fluid (CSF), whole blood, hemolysate, therapeutic drugs, and other hormones for US Naval Hospital (USNH) Rota. This requirement is a follow-on to an existing contract. The units shall be a single platform capable of performing general chemistry, special chemistry, analyzing urine, serum, plasma, Cerebrospinal fluid (CSF), whole blood, hemolysate, therapeutic drugs, other hormones as defined below. The requirement is for two (2) units which are the same model having the same configuration. The units should not require facility modification for the installation of new units. The units shall not require sample splitting between general chemistry tests and immunoassays. The units shall be installed in a 180"" L x 54"" W space. The units shall be capable of using the same software, parts, and reagents. The contractor shall be capable of providing on site repair within one (1) day of trouble ticket submission. The contractor shall be available for telephone consult 24/7, 365 days per year. The unit shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA, with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. The vendor shall provide two (2) operational and two (2) service manuals, each in English. Upon installation, the contractor shall be responsible for uncrating the unit/system, transporting it through the facility to the location of intended use for installation, and removing of all trash created in this process. If interim storage is required, the vendor shall make arrangements for the storage. The vendor shall provide initial instrument training. The vendor shall provide initial instrument operational and performance validations.�� There are no set-aside restrictions for this requirement.� The intended procurement will be classified under North America Industry Classification System (NAICS) 621999.� This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement.� However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product.� All capability statements received by the closing date of this synopsis will be considered by the Government.� A determination by the Government not to compete based on response to this notice is solely within the discretion of the Government.� Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement.� If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Lorri Loveland at lorri.j.loveland.civ@mail.mil and copy Richard Taylor at Richard.taylor35.civ@mail.mil reference NOI number N6264521RCE5017.� The closing date for challenges is not later than, 1100 AM Eastern on 25 Aug 2021.� No phone calls will be accepted.����� �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/28372bc3778248ea9c1b6847b6ce7221/view)
- Place of Performance
- Address: Rota, ESP
- Country: ESP
- Country: ESP
- Record
- SN06091273-F 20210812/210811201701 (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 |