Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2013 FBO #4284
SOURCES SOUGHT

66 -- Hematology Analyzer

Notice Date
8/15/2013
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, Air Force Space Command, 45CONS (Bldg 423), 1201 Edward H White II St MS 7200, Patrick AFB, Florida, 32925-3238, United States
 
ZIP Code
32925-3238
 
Solicitation Number
FA2521-13-Q-B156
 
Archive Date
9/5/2013
 
Point of Contact
Morella L. Euziere, Phone: 3214945136, Linda M Penuel, Phone: 321-494-7573
 
E-Mail Address
morella.euziere@us.af.mil, linda.penuel@us.af.mil
(morella.euziere@us.af.mil, linda.penuel@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR PROPOSAL BUT INFORMATION AND PLANNING PURPOSES ONLY! It does not constitute a solicitation and is not to be construed as a commitment by the Government. Patrick Air Force Base anticipates a requirement that is being considered under a small business set-aside program. The North American Industry Classification Systems (NAICS) Code proposed 621511. The size standard for NAICS is $30.0M. The purpose of this acquisition is to lease or purchase Hematology Analyzer a DxH 800 Bench Top or equivalent model to support the medical laboratory at Patrick Air Force Base, Florida. Provide and install all equipment necessary to perform hematology testing to include the following specifications: 1. Single aspiration pathway 2. Sample Aspiration Module (SAM) 3. 2D-Digital Bar Code Technology 4. Remote Management System (RMS) 5. Specimen Transport Module (STM) for continuous loading of up to 20 cassettes, "load 'n' go" capability 6. On-board reagent tracking 7. High Definition Cellular Analysis 8. Flow Cytometric Digital Morphology (FCDM) 9. Include installation of the system, analyzer, workstation, touch screen monitor, UPS. 10. INITIAL TRAINING: Off-site training for two key operators to include room and board 11. ANNUAL TRAINING: Off-site training for a total of one operator with room and board for each completed year of customer contract upon request 12. WARRANTY/SERVICE: 60 months covering all parts, labor and travel 13. CBC reagent volume provided based on 30 CBC tests per day, 7 days per week and two calibrations per year, to include calibrators and controls. The government is interested in all small businesses including (8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses that are interested in performing this requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, or Service Disabled Veteran Owned Small Businesses, small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. (insert any other questions the customer would like to see.) The Government will use this information in determining its small business set-aside decision. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not be individually notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). Submit capabilities packages by mail to 45 CONS/LGCBB, Attn: FA2521-13-Q-B141,1201 Edward H. White II Street, Bldg. 423, Room N206, Patrick AFB, FL 32925-3238 or email to: 45cons.lgcb.e-bids@us.af.mil. RESPONSES ARE DUE NO LATER THAN 21 Aug 2013 @ 1200.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/45CONSb423/FA2521-13-Q-B156/listing.html)
 
Place of Performance
Address: Patrick AFB Laboratory, Patrick AFB, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03150596-W 20130817/130815235814-074e95309e726c3679003f76a7fc61a5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.