|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 28,1999 PSA#2464Installation Business Office -, Contracting, Drawer 70120, Fort Bragg,
NC 28307-0120 66 -- MEDICAL DIAGNOSTIC PRODUCTS & EQUIPMENT SOL DAKF40-00-Q-0004 DUE
110399 POC Contract Specialist, Lynn Ellison 910-396-4362 ext 230;
Contracting Officer, Marcus Overbay, 910-396-4362 ext 288 E-MAIL:
overbaym@bragg.army.mil, ellisonl@bragg.army.mil. This is a notice of
intent to enter into a contact with Gen-Probe Inc., San Diego, CA for
the following: Item 0001: Multiprobe 104, Product #4033, Quantity: 1
Each.; Item 0002: Leader 4501, Product 3200, Quantity: 1 Each; Item
0003: Leader 50, Product #3100, Quantity: 1 Each; Item 0004: Eppendorf
Pipettor Product #2113, Quantity: 2 Each; Item 0005: Magnetic
Separation Rack, Product #1639, Quantity: 6 Each; Item 0006: Specimen
Rack, Product #4011, Quantity: 2 Each; Item 0007: 1792B Pace 2 CT
System (1,000 tests/kit), Quantity: 24 Each; Item 0008: 1793B Pace 3 NG
System (1,000 tests/kit), Quantity: 24 Each; Item 0009: 3549 Pace 2 NG
Probe Competition Assay, Quntity: 12 Each; Item 0010: 3548 Pace 2 CT
Probe Competition Assay, Quantity: 20 Each; Item 0011: 3300 Female
Collection Swabs (50/box), Quantity: 360 Each; Item 0012: 3275 Male
Collection Swabs (50/box), Quantity: 60 Each; Item 0013: 1791 Detection
Reagent (50/box), Quantity: 48 Each; Item 0014: 1847 Leader Paper,(1
roll/pack);Item 0015: 2860 MTD Accuprobe (20 tests/kit), Quantity: 1
Each; Item 0016: 2845 Myco Avium complex (20 tests/kit), Quantity: 1
Each. The requirement is to provide laboratory analyzer(s), data
management system, all other equipment, reagents, supplies and
consumables necessary to operate the contractor's equipment, training
for government personnel and equipment maintenance, emergency repair
and preventive service, necessary to fulfill the cost per test
requirements for identify of Chlamydia trachomatis (CT), Neisseria
gonorrhoeae (NG), Mycobacteria tuberculosis complex, Mycobacteria
avium, Mycobacteria intracellular, Mycobacteria gordonae, Mycobacteria
kansasii, and Mycobacteria avium complex. The test system/instrument
shall require a test methodology utilizing Non-amplified DNA Probe
assay techniques. Direct specimen, single sample testing and
conformation testing is required. Positive CT and NG specimens shall be
verified using a more sensitive DNA Probe assay. Verification of
positive specimens shall be in accordance with CDC guidelines for
positive test results. The test system must be FDA approved and be
designed for application in a clinical laboratory. Samples must be
stable for 7 days. A semi automated system capable of performing a
minimum of 80 samples per run in less than 4 hours is required. A
single system utilizing the above mentioned methodology is required for
the period of 1 Dec 99 through 30 Nov 00, with two one-year option
periods. Responses to this notice will be used to determine whether
bona fide competition exists. Responses must be in writing, including
prices and technical data sufficient to determine capability to meet
this commercial item requirement and must be received by this office
within 7 calendar days of publication of this notice. If no affirmative
responses are received within that time, to determine comparable
sources more advantageous to the U.S. Government are available, a
contract will be negotiated with Gen-Probe Inc. A request for
solicitation will not be considered an affirmative response; however,
if issuance of a solicitation is determined to be appropriate, you will
be included on the mailing list. Information received will normally be
considered solely for the purpose of determining whether to conduct a
competitive procurement. The FSC is 6640. See note numbered 22. Posted
10/26/99 (W-SN394999). (0299) Loren Data Corp. http://www.ld.com (SYN# 0225 19991028\66-0008.SOL)
66 - Instruments and Laboratory Equipment Index Page
|
|