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
|
|
|