Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2014 FBO #4687
SOURCES SOUGHT

65 -- Blood Analyzer/Blood Bank System

Notice Date
9/22/2014
 
Notice Type
Sources Sought
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
F2MTW54134
 
Archive Date
10/10/2014
 
Point of Contact
Erin L. Mehaffie, Phone: 2106712853
 
E-Mail Address
erin.mehaffie.2@us.af.mil
(erin.mehaffie.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a sources sought announcement only. This is not a request for proposal. The 502d Contracting Squadron (502 CONS), JBSA-Lackland, TX, is seeking to locate companies capable of and interested in providing an Immucor NEO blood bank system microprocessor-controlled automated immunohematology instrument used in vitro diagnostic testing of human blood; manufacturer: ImmucorGamma, Inc., and part number: 0064599 (or equal). The anticipated contract type will be a firm fixed-price, lease. The applicable NAICS code is 532490 (Medical Equipment Leasing) or 334516 (Analytical Laboratory Instrument Manufacturing). The Small Business Size Standard is 500 employees. The contract period is expected to be a base, one-year period with four (4) one-year option periods. The Government reserves the right not to exercise the option year periods. The start date of the contract will be on or about 1 October 2014. Scope of Work. The contractor shall provide equipment lease, maintenance with support service, and software updates for the automated blood analyzer. Contractor tasks include, but are not limited to, preventative maintenance and services as required as a result of normal wear and tear, software updates, additions or modifications at no additional charge to facilitate its performance of services, replacement parts, unscheduled service within 48 hours of service call, unlimited telephone support at no additional charge, emergency telephone support 24 hours a day 7 days a week, certification by appropriate federal and state regulatory agencies to meet federal and local certification requirements in maintenance of equipment; and in the event of contingency, perform all required tasks to include continued service. The contractor shall submit reports and documentation, as required. The equipment chosen to meet the mission requirements must be Food and Drug Administration approved, have bidirectional interface with CHCS (Composite Health Care System), ABO and Rh testing capabilities, process at least 120 samples per hour (each sample result an ABO and Rh), fit in available space (20-25 sq. ft.), reagents must fit in available storage space (refrigerator vs. room temp), and have a walk-away operation utilizing no more than 0.5 Full Time Employee. Acceptable sample bar codes are Codabar, Code 128, Code 39, Interleaved 2 of 5, ISBT 128 (concatenated bar codes not supported). Minimum sample volumes are plasma: 500µl, RBCs: 250 µl, Antibody ID: 750 µl. Other required specifications are Reader Operation: Image Analysis, Computer Processor: Intel Core 2 Duo, Memory: greater to or equal to 1GB, Drives: 1 DVD Drive, Monitor: Color, touch-screen, Interface: Bidirectional connection Serial RS232 or LAN (network). Requested Information. The information which must be contained in your response to this sources sought is as follows: 1) Name and address of company 2) Point of contact with phone number and email address 3) Business size and socio-economic program (HUB Zone, 8(a), SDVOSB, etc) 4) Evidence of registration in SAM and provide CAGE Code or DUNs Number (www.sam.gov) 5) Evidence of representations and certifications on record through ORCA at www.orca.bpn.gov 6) Product/equipment specifications and capabilities Respondents will not be notified of the results of the information; however, the contracting officer will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants. Your response to this sources sought announcement must be received by 11:00 am Central Time on 25 Sep 2014 and must be received via e-mail. Please ensure all attachments are limited to less than 5 MB and email your response to erin.mehaffie.2@us.af.mil. Primary Point of Contact: Erin Mehaffie Contracting Office Address: 1655 Selfridge Avenue Lackland AFB, Texas 78236-5253 United States Place of Contract Performance: JBSA-Lackland San Antonio, Texas 78236 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/F2MTW54134/listing.html)
 
Place of Performance
Address: Reid Clinic, JBSA-Lackland, Texas, 78236, United States
Zip Code: 78236
 
Record
SN03523004-W 20140924/140923000409-65f1852fe2405d71c56ca9e675a60993 (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.