Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

66 -- In Vitro Viral Hepatitus Markers Testing

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123
 
ZIP Code
78235-5123
 
Solicitation Number
FA8900-05-R-9004
 
Response Due
6/6/2005
 
Archive Date
6/21/2005
 
Description
STATEMENT OF WORK IN SUPPORT OF AFIOH/SDE IMMUNOLOGY, VIRAL HEPATITIS MARKERS SUPPLIES AND NONPERSONAL SERVICES 05 May 2005 1.0. DESCRIPTION OF SERVICES: The Contractor shall provide Air Force Institute For Operational Health, Epidemiological Surveillance Division (AFIOH/SDE), Bldg 930, Brooks City Base TX 78235-5132 with current FDA, In-Vitro, College of American Pathologists approved test equipment, support service, training, and reagents on a 24-hour response per-call, Walk Away capability, basis as necessary to perform testing for the following viral hepatitis markers: Hepatitis A IgM antibody Hepatitis B surface antigen Antibody to Hepatitis B surface antigen Antibody (total IgG+IgM) to Hepatitis B core antigen Antibody (IgM) to Hepatitis B core antigen Hepatitis C IgG antibody 2.0. REQUIREMENTS: The Contractor shall provide instruments via Reagent-Rental Agreement (also known as Cost per Test Agreement). Instrumentation shall be capable of performing automated walk-away analyses for viral hepatitis markers in human serum, and will include uninterruptible power supplies (UPS) for each instrument. Instrumentation shall be of sufficient reliability in order to circumvent a work stoppage in process flow at any given time. The Contractor shall also include Calibrators, Controls ,and Wash solutions or Buffers, sufficient to do the established volume of testing, at no additional cost. 3.0. ESTIMATED USAGE: The Immunology Laboratory performs an estimated 232,700 total tests per year for the viral hepatitis markers listed below, with the breakdown as follows: Analyte Tests per Year Hepatitis A IgM antibody 40,000 Hepatitis B surface antigen 65,000 Antibody to Hepatitis B surface antigen 45,000 Antibody (total) to Hepatitis B core antigen 40,000 Antibody (IgM) to Hepatitis B core antigen 2,700 Hepatitis C IgG antibody 40,000 Total: 232,700 3.1. There is no guaranteed annual minimum; however in the event the Immunology Laboratory should surpass the forecasted 232,700 tests/year figure, the Contractor shall also propose lower costs for cost per test for 275,000 tests/year. 4.0. AGREEMENT PERIOD OF PERFORMANCE: A Blanket Purchase Agreement (BPA) shall be established for a period of One Basic Year and if exercised one option year. The Government also reserves the right to discontinue services without incurring any additional costs, if there is a change in mission requirements, or if the instrument fails to perform as described by the vendor. Should a change in mission/testing requirements occur, the government will notify the vendor in writing 30 days prior to the proposed discontinuation of services. 5.0. POINTS OF CONTACT: Primary Technical Program Manager: Capt Jeannette M. Watterson (210) 536-1672, FAX (210) 536-2638 Alternate Technical Program Manager: Sylvia C. Trevino (210) 536-8727, FAX (210) 536-2638 Contract Program Manager: Ruben T. Sandoval (210) 536-5790, FAX (210) 536-5877 6.0. EQUIPMENT: The Contractor shall be responsible for transportation, installation, comprehensive training for at least three laboratory personnel, maintenance, and servicing of equipment. The Contractor shall provide all required tools, parts, and labor as necessary. 7.0. OWNERSHIP: The Contractor shall retain title to the instruments during the entire term of the agreement. 8.0. MONITORING: The Contractor shall monitor equipment to ensure downtime does not exceed 48 hours for a single occurrence and there are not more than two occurrences per month. In the event of instrument malfunction, the Contractor shall reimburse the Government for in-work reagents. 9.0. LIABILITY: The Contractor will indemnify and defend the US Air Force from and against any and all third party claims, demands, actions, debts, liabilities, and attorney?s fees arising out of, claimed on account of, or in any manner predicated upon loss of, or damage to the property of, and injuries to, or death of any and all persons whatsoever, in any manner caused or contributed to by simple negligence and willful misconduct of the Contractor, use of its product, or negligent or willful wrongdoing by its agents, servants, or employees. EVALUATION CRITERIA FOR PROPOSALS IN SUPPORT OF AFIOH/SDE IMMUNOLOGY, VIRAL HEPATITIS MARKERS SUPPLIES 05 May 2005 The Contractor will provide a written proposal in response to the RFP Statement of Work. The Government anticipates awarding a ?best value? Blanket Purchase Agreement to the Contractor whose proposal is the most technically advantageous to the Government, while price and other factors will be considered as lesser factors than technical. Technical proposals will be evaluated on the factors described below, listed in order of importance. Technical merit is more significant than price. Contractor must describe in detail their instrument, their instrument?s capability and their current FDA, In-Vitro, College of American Pathologists approved test equipment, support service, training, walk away capability, and reagents on a 24 hour response per-call basis as necessary in performing viral hepatitis marker testing. Each Contractor will be evaluated on the basis of equipment that efficiently and effectively responds to and successfully completes tasks defined in the RFP. 1. The Contractor shall provide a broad testing menu capability as per paragraphs 1 and 2 of the Statement of Work (SOW). Instruments performing all the requirements of SOW paragraphs 1 and 2 will receive higher consideration. 2. Contractor?s instrumentation and reagents must demonstrate exceptional productivity with a throughput of at least 120 tests per hour. Greater consideration will be given to instruments with the highest throughput. 3. Exceptional assay precision of 90% or greater will be on a pass/ fail evaluation. 4. Higher ratings will be given for the greater sensitivity and specificity of all analytes performed as per paragraph 1 of the SOW. 5. Greater consideration will be given to: a) sample, reagents, calibrators and controls which require less preparation, i.e. ready to use b) instrument with continuous loading capabilities c) lowest operator interventions d) greatest sample capacity e) fewest calibration requirements 6. Instrumentation provided by contractor must have software compatibility with Department of Defense CHCS laboratory information system will be on a pass/ fail evaluation. 7. The Contractor shall propose cost per test amount to include Calibrators, Controls and Wash Solutions or Buffers for the annual average usage as per paragraph 3 of the SOW. More consideration will be given to the lower cost per test via the annual average usage.
 
Place of Performance
Address: Brooks City Base, TX
Zip Code: 78235
 
Record
SN00801600-W 20050507/050505211905 (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.