Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 30,2000 PSA#2675

Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212

66 -- AUTOMATED COAGULATION ANALYZER SOL N00244-00-T-1347 DUE 090700 POC Brian O'Donnell, Contract Specialist (619) 532-3445; Mary O'Brien, Contracting Officer WEB: Click here to access the FISC web page, www.sd.fisc.navy.mil. E-MAIL: click here to contact the Contract Specialist, brian_w_odonnell@sd.fisc.navy.mil. This is a combined synopsis-/-solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and THERE WILL BE NO WRITTEN REQUEST FOR QUOTATION ISSUED. The solicitation number for this Request for Quotation is N00244-00-T-1347. This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-18. This solicitation is issued as a 100% Small Business Set-Aside (See Note 1), under Standard Industrial Code 2836 Coagulation products with a small business standard of 500 employees. FISC San Diego has a requirement for a Base Year and 3 options for the following items: Cost per test Lease of Main Automated Coagulation Analyzer, based on 1200 tests/Month for tests performed to measure coagulation panel (PT, PTT, and Fibrinogen) to include one Sysmex CA-1000 Coagulation Analyzer and One Back-Up Sysmex Coagulation Analyzer to include all consumable supplies necessary to operate both analyzers, including calibrators, all hardware and software upgrades, for the Naval Hospital Camp Pendleton, San Diego. The following Statement of Work is provided: SPECIFICATIONS FOR AUTOMATED COAGULATION ANALYZER 1. Request an IDTC type of cost-per-test agreement for one (1) main coagulation analyzer and one (1) back-up bench type analyzer to include: a. All consumable supplies necessary to operate both analyzers, including calibrators. All hardware and software updates to be provided by the manufacturer. b. Technical service via phone available 24 hours per day. C. Onsite field service response within 24 hours of call. d. Training for three (3) operators the first year and one (1)operator each subsequent year to include all training costs, meals and travel furnished by the company. e. Manufacturer to provide analyzers and reagents for correlation study with no cost to the government. 2. Minimum requirements for testing and the analyzer are as follows: a. Analyzer must be able to perform Prothrombin time, Activated Partial Thromboplasin Time, and Fibrinogen testing without using dilutions or other reagents before running on analyzer. b. Must be able to perform intrinsic, extrinsic factors, and perform thrombin time. C. Must have a Stat sample mode that does not interrupt normal analysis sequence. d. Must be able to perform test by primary tube without manual pipetting being required and accommodate the different sizes of blood collection tubes, along with the choice of using sample cups or primary tubes. e. Must be able to store at least 1,000 coagulation tests and store quality control in a Levy-Jennings program. f. Analyzer must have the bar-code capabilities for controls and patient identification and capable of primary tube sampling. g. Analyzer must have the capability to store reagents at the proper temperatures and include the storage of the curettes in the analyzer for individualtests. h. Primary analyzer must have the capability of bidirectional computer interface with the Composite Health Care Computer System for the transfer of patient data between the analyzer and the host computer. Including a printout of the results from the analyzer. i. Biohazardous waste must be at a minimum; no waste drain or facility plumbing requirements. j. Manufacturer will ensure that the necessary software and/or hardware are installed in the analyzer at the time of delivery for bidirectional interface with the government contractor for the CHCS computer system. Instrument interface requirements must be provided at the time of contract award. k. Back-up analyzer must be able to perform the primary test of PT, PTT, and Fibrinogen using the same reagents and a bench top analyzer. 1. Must be able to accommodate 10 samples per rack, and perform PT, PTT, and Fibrinogen together at approximately 90 tests per hour. M. Reproducibility of the CV must be at least 3% or less for PT, PTT, and Fibrinogen at 5% or less. NO COST ITEMS AS FOLLOWS: 1. #B4224-10 Citrol Level 1 (lIN3), SHIP 9/MO (9 X 12 = 108) 2. #B4224-20 Citrol Level 2 (2IN3), SHIP 9/MO (9 X 12 = 108) 3. #B4212-100 Innovin (TFS249), SHIP 3/MO (3 X 12 = 36) 4. #4219-2 Actin FSL (FSL136), SHIP 7/MO (7 X 12 = 84) 5. #B4211-5 Calcium chloride (CC434), SHIP 3/MO (3 X 12 = 36) 6. #B4262-10 Reaction tubes, ship .5/MO (.5 X 12 = 6) 7. #B4262-12 Thermal Paper, ship 1/MO (1 X 12 = 12) 8. #B4262-14 Rinse/Waste tubing, ship 1/QTR (I X 4 = 4) 9. #B4265-34 Ca system buffer, ship 2/MO (2 X 12 = 24) 10. #B4261-12 Tubing #2, ship 1/MO (1 X 12 = 12) 11. #B4261-1 Tubing #3, ship 1/MO (1 X 12 = 12) 12. #B4261-16 Tubing #4, ship 1/MO (1 x 12 = 12) 13. #B4261-18 Tubing #5, ship 1/MO (1 X 12 = 12) 14. #B4233-27 Thrombin, ship 10/MO (10 x 12 = 120) 15. #B4233-22 Fibrinogen, ship 28/MO (28 X 12 = 336) 16. #B4261-18 Waste Bin Liners, ship 1/MO (1 X 12 = 12) 17. #SB311-1 Stir Bar, ship 1/MO (1 X 12 = 12) Required delivery is F.O.B. Destination to Naval Hospital Camp Pendleton at specific dates each month to be determined. Acceptance shall be at destination. The following provision apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and certifications Commercial Items. Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property. The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Issuance of Verbal orders with Payment by Government Purchase Card, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-21 Requirements, 5252.216-9402 Oral Orders, 52.232-36 Payment by Third party, 52.217-9 Option to extend the term of the Contract, 52.232-34 Payment by Electronic Funds Transfer. Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b) DFAR 252.225-7001 Buy American Act and Balance of Payment Program, and DFAR 252.225-7012 Preference for Certain Domestic Commodities. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later than 3:00 p.m. PST, 07 September 2000 and will be accepted via FAX (619)-532-1088, Attn: Brian O'Donnell. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/ Posted 08/26/00 (W-SN490613). (0239)

Loren Data Corp. http://www.ld.com (SYN# 0267 20000830\66-0011.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 28, 2000 by Loren Data Corp. -- info@ld.com