Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 13, 2003 FBO #0655
SOLICITATION NOTICE

Q -- THE CONTRACTOR SHALL PROVIDE BLOOD TISSUE ANALYSIS SERVICES FOR THE CLINICAL INVESTIGATION DIVISION AT TRIPLER ARMY MEDICAL CENTER, HAWAII.

Notice Date
9/11/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Pacific Regional Contr Ofc TAMC, ATTN: MCAA PC BLDG 160, 160 Krukowski Road, Honolulu, HI 96859-5000
 
ZIP Code
96859-5000
 
Solicitation Number
DADA16-03-T-0230
 
Response Due
9/22/2003
 
Archive Date
11/21/2003
 
Point of Contact
Stephanie Sakanoi, (808) 433-7013
 
E-Mail Address
Email your questions to Pacific Regional Contr Ofc TAMC
(Stephanie.Sakanoi@haw.tamc.amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA The Pacific Regional Contracting Office (PRCO), Tripler Army Medical Center (TAMC), Hawaii has a requirement blood tissue analysis services for the Clinical Investigation Division at Tripler Army Medical Center, Hawaii. This is a perfomance based service contract. The following applies: Performance Objective: Upon receipt of regional blood flow analysis samples from Tripler Army Medical Center, Dept. of Clinical Investigation the following shall be required (as per Procedural Instructions No. 9507.3, In teractive Medical Technology, Ltd.): 1. Performance Objective: Receive and log in animal blood/tissue samples and weights. Sample tissues to include (but not limited to) skin, muscle, brain, heart, lung, stomach, spleen, liver, pancreas, kidney, intesti ne; sample weight to range from 0.1 through less than 3 grams and from 3-10 grams. (Microsphere employed for blood flow determination shall be NuFlow Fluorescent microspheres.) Performance Standard and Acceptable Quality Level: Provide accurate and time ly responses 100% of the time. Method of Performance Assessment: Observation. Review of records and customer feedback. 2. Performance Objective: Adding process control microspheres (#1, #2, #3) to each sample. Overnight alkaline hydrolysis at 70 deg rees C of blood and tissue samples. Samples must completely homogenize into homogenous suspension. Per Performance Standard and Acceptable Quality Level: Provide accurate and timely responses 100% of the time. Method of Performance Assessment: Observa tion. Review of records and customer feedback. 3. Performance Objective: Samples need to be centrifuged and resuspended in microsphere counting reagent and sonicated. Centrifugation, resuspension and sonication is repeated, samples are filtered throug h a pore filter device. Performance Standard and Acceptable Quality Level: Provide accurate and timely responses 100% of the time. Method of Performance Assessment: Observation. Review of records and customer feedback. 4. Performance Objective: Mic rosphere sample suspensions need to be centrifuged, resuspended and sonicated, then analyzed by flow cytometry. The number of microspheres for each population is determined as a function of fluorescent signature and particle size. Performance Standard an d Acceptable Quality Level: Provide accurate and timely responses 100% of the time. Method of Performance Assessment: Observation. Review of records and customer feedback. 5. Performance Objective: Provide accurate and timely responses to the sample s that have been provided. Performance Standard and Acceptable Quality Level: Accurate reports are delivered 100% of the time. Method of Performance Assessment: A hard copy of the reports and Excel file should be delivered within 10 days of receiving s amples. PRCO anticipates an award of a firm fixed-price contract resulting from the Request for Proposal (RFP). Offers will be evaluated based on technical capability/experience of the item offered to meet the Government requirement; past performance and price. The NAICS code for this procurement is 621511 and the annual size standard is $11,500,000.00. The contract term will be a base period of one year plus two option years. The total term of the contract, including all options, will not exceed 36 mo nths. If the Government does not award a follow-on contract in time, the Government may require the Contractor to continue performance for an additional period up to six months under the Option to Extend Services clause. In either case, the Government wi ll not synopsize the options when exercised. The requirement is set-aside for Small Business concerns. For details see Solicitation No. DADA16-03-T-0230. Copy of the RFP is available on FACNET and at https://acquisition.army.mil. All offers are due by 10:00 a.m., Hawaii Standard Time (HST) on Monday, 22 Sep 2003. Questions should be referred to Stephanie Sakanoi at (808) 433-7013, facsimile (808) 433-2772 or e-mail at Stephanie.Sakanoi@haw.tamc.amedd.army.mil. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announ cement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
 
Place of Performance
Address: Pacific Regional Contr Ofc TAMC ATTN: MCAA PC BLDG 160, 160 Krukowski Road Honolulu HI
Zip Code: 96859-5000
Country: US
 
Record
SN00432417-W 20030913/030911213431 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.