Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 26, 2021 SAM #7208
SOURCES SOUGHT

65 -- ALTAIR 240 Analyzer with ISE Module (or equal)

Notice Date
8/24/2021 6:21:40 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FA3016 502 CONS CL JBSA LACKLAND TX 78236-5286 USA
 
ZIP Code
78236-5286
 
Solicitation Number
JBKBA082421
 
Response Due
9/13/2021 1:30:00 PM
 
Archive Date
09/28/2021
 
Point of Contact
Sharla Blalock, Phone: 8307145253, Marcus Mattingly, Phone: 2106523058
 
E-Mail Address
sharla.blalock@us.af.mil, marcus.mattingly@us.af.mil
(sharla.blalock@us.af.mil, marcus.mattingly@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The JBSA-Randolph Contracting Squadron, 502 CONS/JBKBA, is conducting market research to identify potential sources that possess the capabilities to meet the requirement and qualifications for providing one (1) each ALTAIR 240 Analyzer with ISE Module (or equal).� If an equal item is proposed, please provide adequate information (e.g. Manufacturer, Part Number, Item Specifications) The Government is seeking information on the availability of capable contractors to provide the aforementioned chemistry analyzer equipment for JBSA Lackland, TX ��Please see below for the salient characteristics. � The North American Standard Industry Classification System (NAICS) code anticipated for this acquisition is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees.� Based on responses to this Request for Information (RFI), this requirement may be set aside for Small Business or procured through Full and Open competition.� The Government reserves the right to decide whether or not a small business set-aside is appropriate.� Interested firms are encouraged to recommend a more appropriate NAICS in their response; however, include the rationale for an alternate selection. This Request for Information (RFI) is issued for informational and planning purposes only.� THIS IS NOT A REQUEST FOR QUOTE OR SOLICITATION FOR AN OFFER; therefore, in accordance with FAR 15.201(c) any responses to this inquiry will not constitute nor will be considered as a contractor offer, and no award will be issued as a result of this inquiry. �This information will be used by the 502 CONS/JBKBA for market research purposes only, and the submitted information will not be returned. �Submitted information will be protected in accordance with DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program, and no feedback will be provided regarding submissions or the total number of submissions received. �Interested parties are solely responsible for all expenses associated with responding to this request for information, as the government is not liable for any costs incurred by interested parties in responding to this request. The purpose of this RFI is to query the market for potential interested, capable, responsible, and qualified commercial small business offerors that can provide/perform the stated requirement. �The government is interested in collecting market data/information in accordance with Federal Acquisition Regulation (FAR) Part 10, from potential sources that have the capability to provide the ALTAIR 240 Analyzer with ISE Module (or equal).� Interested and/or potential small business offerors are requested and encouraged to submit responses to the questions below under the Market Survey/Questionnaire, not later than 3:30 P.M. Central Time on 13 Sept 2021. �No extension will be granted.� **All correspondence resulting from this RFI shall be sent to sharla.blalock@us.af.mil.� � DESCRIPTION OF PROJECT: The draft document is intended to provide a general description of this project. **The following is an excerpt for this project. � Essential / Salient Characteristics � Automated Benchtop Chemistry Analyzer System: Must use liquid ready-to-use chemistry reagents Must be capable of holding up to 43 reagents on board plus any required diluents The majority of reagents must have up to 30 day onboard stability Must be able to hold at least 40 samples for each analytical run Must have STAT sample interruption capability during analytical cycle Must be able to accept various primary tubes (size and width) for sampling Must have an integrated bar code reader for unique specimen identification and processing Must have an integrated cuvette washing system Must have integrated Ion Selective Electrolyte Module Must have an on board quality control program that can present Levey-Jennings graphs Must have automatic inside and outside probe washing after each reagent dilution Must have on-board reagent cooling 14 degrees C below ambient temperature Must have high precision micro-metering pump to dispense reagents and samples.� Syringes cannot be used to dispense reagents or samples.� Must be programmable for instrument stand-by and wake-up functions Must allow customizable profiles to easily manage workload Must allow archival of patients test results and QC results Must have self-diagnosis and result alarm procedures as integral part of the software Must be table top with dimensions not to exceed: 100 x 75 x 65 cm Must not weigh more than 80 kgs Must have a throughput of up to 380 tests per hour Must have software for assay calibration with linear/non-linear curves up to 8 points Must perform auto dilution on specimen results out of pre-determined ranges Must perform at a minimum the following Assays: Albumin��������������������� Alkaline Phosphatase (ALP)���� ALT���� Amylase AST���������������������������� Bicarbonate (CO2)������������������ Bilirubin, Direct Bilirubin, Total������������ Calcium���������������������������������� Cholesterol Creatinine Kinase�CK� CK�MB���������������������������������� Creatinine GGT��������������������������� Glucose���������������������������������� HDL Cholesterol, Direct Iron, Total������������������� Iron, TIBC������������������������������ Lactate Dehydrogenase � LDH LDL Cholesterol, Dir��� Magnesium����������������������������� Phosphorus Total Protein��������������� Triglycerides��������������������������� Urea Nitrogen (BUN) Uric Acid�������������������� Direct Hgb A1C���������������������� Beta�Hydroxybutyrate Must have the capability to add off-line, user developed assays such as but not limited to: Acetaminophen����������� Salicylate�������������������� MicroProtein��� TIBC��������������������������� Ferritin������������������������ Transferritin Therapeutic Drugs ����������������������� Must have software based on Windows 10 Contractor must be able to install and provide training to laboratory staff � � Market Survey/Questionnaire shall include the following information: Entity Name:______________________________ Name of point of contact: ____________________________ Phone number: ____________________________________ Email address: ____________________________________ CAGE CODE: ____________________________________ DUNS NUMBER: _ Web Page URL: SAMS Registered? Yes/No Is your company a small business as defined by the Small Business Administration? Y/N If YES, what are your small business certification(s) under NAICS Code 333244?� Identify the following: 8(a) Certified: (Yes / No) HUBZone Certified: (Yes / No) Service Disabled Veteran Owned Small Business (SDVOSB): (Yes / No) Small Disadvantaged Business: (Yes / No) Economically Disadvantaged Women-Owned Small Business (EDWOSB): (Yes / No) Women Owned Small Business (WOSB): (Yes / No) Veteran Owned Small Business (VOSB): (Yes / No) Primary Point of Contact(s): Contract Specialist Sharla Blalock sharla.blalock@us.af.mil Phone: 830-714-5253 (telework) Contracting Officer Marcus H. Mattingly Marcus.mattingly@us.af.mil Phone: 210-652-3058
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3d24b1eaab18473283f70a84ff971122/view)
 
Place of Performance
Address: JBSA Lackland, TX 78236, USA
Zip Code: 78236
Country: USA
 
Record
SN06109804-F 20210826/210824230135 (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.