SPECIAL NOTICE
65 -- Notice of Intent to Sole Source- Chemistry Analyzer, Grand Forks AFB, ND
- Notice Date
- 8/6/2024 3:12:06 PM
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- HT9407CMCDAugust2024
- Response Due
- 8/8/2024 11:00:00 AM
- Archive Date
- 08/23/2024
- Point of Contact
- Christopher Comish, Phone: 210-952-8620
- E-Mail Address
-
christopher.j.comish.civ@health.mil
(christopher.j.comish.civ@health.mil)
- Description
- The Defense Health Agency (DHA) Central Markets Contracting Division (CM-CD) intends to award a firm fixed price contract for Chemistry Analyzer at Grand Forks, AFB, ND using the policies and procedures of FAR Part 12, Acquisition of Commercial Items, FAR Subpart 13.5, Simplified Procedures for Certain Commercial Products and Commercial Services, and FAR 8.405-6 Limiting sources. The North American Industry Classification System (NAICS) Code for this acquisition is 334516 � Analytical Laboratory Instrument Manufacturing. The Product and Service Code (PSC) is 6550- In vitro diagnostic substances, reagents, test kits and sets.� The period of performance will be a base period plus 4 option years. FAR 52.217-8, Option to Extend Services will also be included in the award.� The proposed contract action will be a sole source award to the following Other than Small Business vendor listed under GSA Schedule V797D-60637: Ortho-Clinical Diagnostics 1001 Us Highway 202 Raritan, New Jersey 08869-1424, United States SAM UEI: JG5JF2JQJ121 CAGE: 1C0L5 The contractor shall provide Grand Forks AFB laboratory with one Chemistry Analyzer that is compatible with MHS GENESIS and meets all DHA Cybersecurity RMF Requirements. �The contractor must read, agree to and adhere to the timelines listed in the DHA Cybersecurity RMF Requirements listing to include documentation (completed within 4 months of contract award) and technical requirements (completed within 6 months of contract award). �Delivery and payment will be precluded until RMF requirements are met. �The contractor shall furnish all labor, tools, and preventive parts, materials, equipment, qualified personnel, administrative support, reagents, controls, calibrators, and transportation necessary to perform the services for the Chemistry Analyzer, as part of the lease agreement. �It shall include all systems, subsystems components, and assemblies which were part of the original system purchased. �All subsequent maintenance provisions shall apply to hardware, firmware, and software as appropriate, unless otherwise stated for the period of 15 Aug 2024 � 31 Jul 2025 with 4 optional years. �The analyzer shall be located in the 319th Medical Group Laboratory, Bldg 109, Rm 103, Grand Forks AFB, ND.� NOTE: �All service, supplies and maintenance service shall be covered under the lease agreement for one (1) Chemistry analyzer with a workload of 400 CBCs w/Diff per month. INSTRUMENT SPECIFICATIONS: The contractor analyzer(s) shall be capable of providing the following tests: General Chemistry: The tests included in the Cost-Per-Test rate are: Albumin, Alcohol, Alkaline Phosphatase, Alanine Transferase, Amylase, Aspartate Aminotransferase, BUBC, Blood Urea Nitrate, Calcium, Cholesterol, Creatinine Kinase, Chloride, Creatinine, Direct HDL, Co2, Glucose, Hemoglobin A1C, Lipase, Phosphorus, Potassium, Sodium, Total Bilirubin, Total Protein, and Triglycerides. �The system shall not require an onsite water source for testing. The analyzer will not require a floor drainage system for operation. The standard of care provided must be in accordance with the College of American Pathologists (CAP) accrediting agency, the Joint Commission (TJC) and with existing laboratory practice guidelines. This will be periodically evaluated by the Chief of Clinical Laboratory Services and reported through the hospital Executive Committee of the medical staff. The contractor shall provide an analyzer system that is capable of fitting within a space no longer than 20 feet 8 inches, no wider than 7 feet, and no higher than 6 feet. The contractor shall provide an analyzer system that does not require a water treatment system/plant. Analyzer Requirements: � ��� � Onboard Reagent stability up to 35 days ��� � �Up to 25 lots per assay with automatic lot switching ��� � �MicroSlide and MicroTip assays stable up to lot change ��� � �Random-access calibration ��� � �Bar-coded calibrators for MicroSlide assays ��� � �24-hour ready mode ��� � �No manual primes, purges, washes or tubing maintenance ��� � �No daily calibrations or calibration checks ��� � �Throughput up to 845 tests per hour ��� � �Serum, Plasma, Urine, CSF, Whole Blood ��� � �Per assay: 2-17?L ��� � �Dead volume: minimum 35�L ��� � �Continuous load and unload ��� � �150 routine samples in Universal Sample Trays ��� � �10 samples in dedicated STAT lane ��� � Single-use Tip Metering sample aspiration and dispense to eliminates carryover and �cross-contamination� ��� � Clot, bubble, low and high viscosity, thin layer fluid and short sample detection ��� � Save-the-Sample Clot/Bubble Management� ��� �Liquid level sensing ��� � � MicroSlide and Cuvette Dispense Verification ��� � � Reagent aspiration and dispense verifications ��� � � Report providing complete traceability and documentation of result quality ��� � � Universal Sample Trays that accommodate: o�� �5mL, 7mL, 10mL collection tubes o�� �Micro-collection containers ��� �Microsample cups and 0.5mL and 2.0mL cups ��� �Autodiscriminates by simultaneously recognizing all standard symbologies: o�� �Code 128 o�� �ISBT 128 o�� �Code 39 o�� �Codabar ��� �Interleaved 2 of 5 ��� �Auto reflex dilution ��� �Operator requested dilution ��� �Off-board dilution calculation ��� �Reflex to different assays ��� �Reflex to the same assay ��� �Color-coded graphical user interface ��� �Ergonomic flat, low-glare, LCD, 17-inch touchscreen monitor ��� �Numeric keypad on monitor ��� �Detached keyboard for maximum flexibility ��� �Onboard documentation and animated Help (V-Docs) ��� �Onboard maintenance documentation ��� �Read/write disk drive for data input and archiving ��� �USB flash drive (memory stick) capabilities ��� �10,000 sample programs ��� �25,000 samples with ability to archive and retrieve through CD-ROM or USB flash drive ��� �Width: 2.34 m/92.2 inches ��� �Depth: 0.84 m/33.4 inches ��� �Height: 1.33 m/52.5 inches ��� �Line Voltage: 1 dedicated 20 amp power line, nominal 200-240V AC ��� �Line Frequency: 47-63 Hz ��� �Laboratory Information System (LIS): o�� �Bidirectional interface for ASTM and o�� �HL7 protocols o�� �Broadcast download and Host Query o�� �Results can be uploaded individually or as an entire sample or by group ��� � Laboratory Automation System (LAS): o�� �Automatic transmission ready at launch o�� �1 LAS interfaces, point-in-space ��� �Ports: o�� �RS 232 serial ports (for LIS and LAS) o�� �USB ports (for printers) o�� �Ethernet ports (for e-Connectivity LIS) DESCRIPTION OF SERVICE: The Contractor shall furnish via reagent rental/lease chemistry analyzer with technical support required to provide outpatient chemical test analysis for United States Government (hereinafter referred to as ""Government"") beneficiaries. The Contract shall provide analyzers and services in Government supplied facilities at the 319th Medical Group, also referred to as the ""Medical Treatment Facility"" (MTF) herein. Contractor care includes furnishing all equipment, maintenance, supplies for operation of equipment, labor, transportation, reports, and technical assistance. Tests required shall be as comprehensive as Government requests and contractor supplied equipment and support services permit. Contractor equipment shall cover the range of basic through comprehensive chemical testing services typically provided in a civilian MTF or standalone facility of similar size. The contractor shall remove all equipment upon the completion of the contract. � Upon expiration or termination of the contract, the Contractor shall allow for side-by-side comparison of the analyzer with any new analyzer (regardless of manufacturer) until the new analyzer is approved by the Laboratory Director for patient testing. �In addition, the Contractor shall allow for this side-by-side comparison with any new or replacement analyzers that are introduced.� The Contractor shall be responsible for the removal of the equipment upon expiration or termination of the contract.� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/875fa9fe463d4bf992d26d725e7034fa/view)
- Place of Performance
- Address: Grand Forks AFB, ND 58204, USA
- Zip Code: 58204
- Country: USA
- Zip Code: 58204
- Record
- SN07157763-F 20240808/240806230116 (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 |