Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2006 FBO #1557
SOLICITATION NOTICE

65 -- Sole Source Negotiations with Abaxis for Analyzers

Notice Date
2/28/2006
 
Notice Type
Solicitation Notice
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-06-T-0061
 
Response Due
3/3/2006
 
Archive Date
3/18/2006
 
Description
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 announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Request for Quote number is N62645-06-T-0061. Provisions and clauses in effect through Federal Acquisition Circular 2005-08 are incorporated. NAICS 423450. The Naval Medical Logistics Command intends to negotiate with Abaxis, Inc. on a Sole Source basis to procure 2 Point Of Care clinical chemistry analyzers and required components on behalf of the United States Navy. Offerors are required to provide quote and technical documentation (to include, but not limited to: product literature, specifications, features, and warranty information) no later than 03 Mar 2006. Vendor?s technical documentation will be evaluated against the salient characteristics and the evaluation factors listed below. The contractor shall certify and provide substantiating evidence that the product offered meets the salient characteristics, and that the product conforms to the manufacturer?s own drawings, specifications, standards, and quality assurance practices. The government requires proof of such conformance prior to contract award and thereafter as may be otherwise provided for under the provisions of the contract. Salient Characteristics: ANALYZER, CLINICAL CHEMISTRY: Method of analysis spectrophotometric test type for which designed used in performing a full range or chemical test for immediate patient care current type AC or DC voltage in volts 100.0 and 220.0 frequency rating 50.0 Hertz minimum and 60.0 hertz maximum width, 6.00 in Depth, 11.50 inches, Special Features - variable speed motor. (1) The unit shall be a solid state clinical chemistry analyzer that employs a single-use plastic discs for immediate near patient testing. Each disc shall contain all the reagents (liquid and dry) and diluent necessary to perform a panel of up to 12 individual tests on one sample of whole blood, serum, or plasma. (2) An unmeasured aliquot of at least 100 microliters shall be applied to the plastic disc. The analyzer shall be capable to measuring, through centrifugation or capillary force, the required amount of sample. (3) The analyzer shall have: (a) An integral printer that provides a hard copy of test results and calibration parameters. (b) A keyboard for data entry, patient identification, and operating commands. (c) The capability to display status messages that guide in the proper operation of the analyzer and warning messages that alert the operator to errors or oversight. (d) A system that warns the operator of any unacceptable results. (4) The analyzer shall perform, as a minimum, the following test: (a) Alanine Aminotransferase (ALT) (b) Alkaline Phosphatase (c) Alumbin (d) Amylase (e) Aspartate Aminotransferase (AST) (f) Calcium (g) Carbon Dioxide (h) Chloride (i) Creatine Kinase (CK) (j) Creatinine (k) Glucose (l) Potassium (m) Sodium (n) Total Bilirubin (o) Total Protein (p) Urea Nitrogen (5) Precision and accuracy of the test procedures shall be in keeping with nationally accepted clinical laboratory accreditation standards. (6) The dimensions of the analyzer shall not exceed 16 cm (6 inch) in width x 30 cm (11.5 inch) in depth x 25 cm (9.5 inch) in height. (7) The weight of the unit shall not exceed 20 pounds. (8) The analyzer shall be provided with standard RS232 serial port to permit computer interface. (9) Workmanship of the clinical chemistry analyzer shall be free from defects which detract from its appearance or impairs its function and serviceability. (10) One analyzer, as specified, constitutes one unit. (11) Quality Assurance Provisions: (a) Responsibility for inspection requirements, unless otherwise specified in the contract or purchase order, shall be the responsibility of the contractor. Except as otherwise specified in the contract or purchase order, the contractor may use his own or any facilities suitable for the performance of the inspection requirements specified herein, unless disapproved by the Government. The Government reserves the right to perform any of the inspections set forth in the specification where such inspections are deemed necessary to assure supplies and services conform to prescribed requirements, at the Government?s expense. (b) Records of examinations and tests performed by or for the contractor shall be maintained by the contractor and made available to the Government upon the Government's request, at any time, or from time to time, during the performance of the contract and for a period of three years after delivery of the supplies to which such records relate. (c) Inspection, as used herein, is defined as both examination (such as visual or auditory investigation without the use of special laboratory appliances or procedures) and testing (determination by technical means of physical and chemical properties) of the item. (d) Inspections and tests shall be conducted in accordance with commercial practice to determine compliance with specification requirements. Where feasible, the same sample shall be used for the determination of two or more test characteristics. (e) Sampling for inspections and test shall be conducted in accordance with commercial practices. The unit of product for test purposes shall be one analyzer. (f) Products manufactured to metric dimensions will be considered on an equal basis with those manufactured using inch-pound, providing they fall within the tolerances specified using conversion tables contained in the latest revision of Federal Standard 376, and all other requirements of this document are met. If a product is manufactured to metric dimensions and those dimensions exceed the tolerances specified in the inch/pound units, a request should be made to the contracting officer to determine if the product is acceptable. The contracting officer has the option of accepting or rejecting this product. (12) Regulatory requirements: (a) Federal Food, Drug and Cosmetic Act. If the product covered by this document has been determined by the U.S. Food and Drug Administration to be under its jurisdiction, the offeror/contractor shall comply, and be responsible for compliance by its subcontractors/suppliers, with the requirements of the Federal Food, Drug and Cosmetic Act, as amended, and regulations promulgated there under. In addition, the offeror/contractor shall comply, and be responsible for compliance by its subcontractors/suppliers, with the requirements of all other applicable Federal, State, and local statutes, ordinances, and regulations. (b) The offeror/contractor is encouraged to use recovered material in accordance with Federal Acquisition Regulation Subpart 23.4 to the maximum extent practical. (13) Preservation, packaging, packing, labeling, and marking. Unless otherwise specified, preservation, packaging, and packing shall be to a degree of protection to preclude damage to containers and/or contents thereof under normal shipping conditions, handling, etc., involving shipment from the supply source the receiving activity, plus reshipment from receiving activity, and shall conform to applicable carrier's rules and regulations. Intermediate and exterior package quantities and labeling and marking shall be as specified in the contract and/or order. (14) The products purchased from the resultant contract shall be shipped F.O.B. Destination to Norfolk, VA. Mark for information specifics will be provided in same. The following components are required for this acquisition; offeror shall submit a quote for these items or equivalent products: 1. PICCOLO ANALYZER PN : 100-0000 QUANTITY: 2 Each; Each Includes a. Accessory Kit: i. 0.1cc Minipette (1 ea), ii. Disposable Minipette Tips (96 pack), iii. Operators Manual, iv. Power Cord, Power Supply, v. Lithium Heparin Tubes (10 ea), vi. Screw Driver, vii. Results Cards (15 pk/2 pk) 2. FIELD SERVICE KIT PN : 100-1502 QUANTITY: 1 Each 3. PICCOLO LIPID PANEL (6 mo shelf life) PN : 400-0025 QUANTITY: 8 Box (10/Bx) 4. PICCOLO METLYTE 8 PANEL (12 mo shelf life) PN : 400-0023 QUANTITY: 8 Box (10/Bx) 5. PICCOLO GENERAL CHEMISTRY 12 or 13 (18 mo shelf life) PN : 400-0012 QUANTITY: 8 Box (10/Bx) 6. PICCOLO LIVER PANEL (18 mo shelf life) PN : 400-0003 QUANTITY: 8 Box (10/Bx) 7. GENERAL CHEMISTRY CONTROLS PN : 100-9004 QUANTITY: 10 Each 8. UPS BACK UP PN : 988-0009 QUANTITY: 2 Each 9. PIPETTE TIPS PN : 500-9007 QUANTITY: 4 Each 10. RESULTS CARDS PN : 400-7000 QUANTITY: 20 Package (12/pk) 11. LITHIUM HEPARIN TUBES PN : 500-9003 QUANTITY: 4 Each Evaluation Factors: Technical quotes must include sufficiently detailed information to enable evaluation based on the one (1) technical factor listed below: 1.) Technical Conformance to Salient Characteristics 2.) Price Companies must be registered in CCR; in addition, company shall provide: Complete company name and address: Fax number: Tax Identification Number (TIN): Cage Code: DUNS number: Is your company a large, small, small woman owned, disadvantaged, or 8A business? Does your company accept Government MasterCard Credit Cards for payment? Is your company familiar with Wide Area Work Flow (WAWF) (electronic invoicing)? Will your company accept an order with multiple ship to addresses? Companies must also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offeror shall include a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items. Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions---Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. In compliance with said clause, the following FAR clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders---Commercial Items, applies to this acquisition. In compliance with said clause, following additional DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.219-7005, Incentive for Subcontracting with Small Business, Small disadvantaged Businesses, Historically Black Colleges and Universities and Minority Institutions, Alternate I; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7007, Trade Agreements; 252.225-7012, Preference for Certain Domestic Commodities; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. The preceding may be located at http://www.arnet.gov/far/. Vendors must submit a complete quote via email to Richard Taylor, at rtaylor@nmlc.med.navy.mil or by fax to 301-619-1132 no later than 4:30 PM EST on 03 March 2006.
 
Place of Performance
Address: COMMANDER NAVAL SUBMARINE FORCE, 7958 BLANDY RD, NORFOLK, VA
Zip Code: 23551-2492
Country: USA
 
Record
SN00996332-W 20060302/060228213557 (fbodaily.com)
 
Source
FedBizOpps 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.