Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 16, 2016 FBO #5502
SOLICITATION NOTICE

66 -- Hematology Analyzer Lease with Services & Reagents

Notice Date
12/14/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, Washington, 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W81K02-17-T-0080
 
Archive Date
1/28/2017
 
Point of Contact
Walter J Bischoff, Phone: 3604860707
 
E-Mail Address
Walter.j.Bischoff.civ@mail.mil
(Walter.j.Bischoff.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is Solicitation No#: W81K02-17-T-0080, Purchase Request 0010949951 issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-91. The associated North American Industrial Classification System (NAICS) Code for this procurement is 325413 (In-Vitro Diagnostic Substance Manufacturing) Size Standard is 1250 employees. RFQ is being issued as UNRESTRICTED. This requirement is for Hematology Analyzer Base Year, Lease with (4) Option Years, included Services and able to provide Reagents to be used at McChord Health Clinic, Joint Base Lewis-McChord (JBLM), Tacoma WA. The proposed purchase order is a one-time procurement for a lease term Not-to-Exceed 5 total Fiscal Years. See LINE ITEMS: 0001 through 4002. All responsible Contractors shall provide an offer for the following Brand Name or Equal Products per contract year as indicated below: LINE ITEM 0001: Base Year, Analyzer Lease, includes M & R Services Months 12 LINE ITEM 0002: Pricing on Reagents & Controls Months 12 LINE ITEM 1001: Option Year (1) Analyzer Lease, includes M & R Service Months 12 LINE ITEM 1002: Pricing on Reagents & Controls Months 12 LINE ITEM 2001: Option Year (2) Analyzer Lease, includes M & R Services Months 12 LINE ITEM 2002: Pricing on Reagents & Controls Months 12 LINE ITEM 3001: Option Year (3) Analyzer Lease, includes M & R Services Months 12 LINE ITEM 3002: Pricing on Reagents & Controls Months 12 LINE ITEM 4001: Option Year (4) Analyzer Lease, includes M & R Services Months 12 LINE ITEM 4002: Pricing on Reagents & Controls Months 12 **Additional cost consideration: Include if any, equipment installation, delivery charges, & staff training as part of LINE ITEM 0001; as separate entries on the RFQ. ** Clinical average specimen testing minimum 20 per day / 7800 per year.** SALIENT CHARACTERISTICS: 1. Hematology Analyzer and Reagents must be capable to perform the following: a. A CBC (complete blood count) and a 5 part diff, with the following Whole Blood Reportable Parameters WBC, RBC, HGB, HCT, MCV, MCH, MCHC, PLT, NEUT%, LYMPH%, MONO%, EO%, BASO%, NEUT#, LYMPH#, MONO#, EO#, BASO#, RDW AND MPV. b. For a faster turnaround time, must provide a closed tube sampling technology, delivering enhanced productivity and safety benefits. The analyzer must have a throughput of up to 60 samples per hour. c. Analyzer must be compact and fit easily on a laboratory bench or table. 2. Analyzer must include the following equipment: Data Management on stand-alone PC with User defined flagging limits, Log files for Reagents, calibration, maintenance, errors, blank cycle, ability to transmit patient & QC to LIS using Uni-directional or Bi-directional connection. Analyzer also utilizes appropriate Calibrators, Reagents and Quality Controls. TECHNICAL SPECIFICATIONS: System Specifications: Principles & Technologies: Fluorescent Flow Cytometry: WBC-Diff Direct Current - Sheath Flow: RBC, HCT, PLT Non-cyanide, Sodium Lauryl Sulfate (SLS) HGB 21 Whole Blood Reportable Parameters: WBC, RBC, HGB, HCT%, MCV, MCH, MCHC, PLT, NEUT%, LYMPH%, MONO%, EO%, BASO%, NEUT#, LYMPH# MONO#, EO#, BASO#, RDW-SD, RDW-CV, MPV Linearity in Whole Blood Mode: WBC: 0-400.00 X 10 -3rd /uL RBC: 0-8.00 X 10-6th /uL HGB: 0-25.0 g/dl HCT%: 0-60.0% PLT: 0-5,000 X 10-3rd /uL Throughput: Single Sample Mode: 60 Samples/hours (max.) Auto Sampler Modes: 53 Samples/hour (max.) Samples Volumes: Open/Closed mode: 20 uL Pre-dilute mode: 20 uL Sample + 120 uL CELLPACK (1:7 dilution) Data Storage: 10,000 samples including histograms (IPU: Information Processing Unit) Quality Control Common Quality Control material to XE and XT Series Analyzers Comprehensive QC files, Levey-Jennings Control Charts, XbarM file Insight TM Online Quality Assurance Program Interfaces: ASTM - Sysmex WAM TM Dimensions/Weight: Main Unit: 12.6 X 15.9 X 16.3 X/52.8 With Auto Sampler: 16.7 X 15.9 X 24.2 / 74.8 Delivery shall be FOB Destination to JBLM McChord Health Clinic, Tacoma WA. Pricing quote shall include all applicable freight, staff training and fees. EVALUATION OF FACTORS: Award will be made based on Lowest Price, Technically Acceptable (LPTA). The evaluated price will be the total price of the quote, to include all fees, staff training and freight charges as indicated in the solicitation. Technical Factors are more important than Price; however the price must be determined to be fair and reasonable. The following FAR solicitation clauses apply to this acquisition: 52.212-1 Instruction to Offeror's - Commercial Item, 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Deviation Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, 52.204-16 Commercial and Government Entity Code Reporting, 52.223-1 Biobased Product Certification, 52.232-33 Payment by Electronic Funds, 52.252-2 Addendum to 52.212-1. 1. UNILATERAL; The Contracting Officer may unilaterally reduce and/or de-obligate any quantities not supplied/performed at the end of the contract period. 2. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-211-6 Brand name or equal, 52.219-6, 52.219-28 Post Award SB Program Re-representation, 52.222-3, Convict Labor, 52.222-19 Child Labor Cooperation With Authorities And Remedies, 52.222-21, Prohibition of Segregated Facilities 52-222-26, Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans, 52.222-50 Combat Trafficking in Persons,52.222-54 Employment Eligibility Verification, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.223-2 Affirmative Procurement of Biobased Products under Service and Construction Contracts, 52.223-3 Hazardous Material Identification and Material Safety Data, 52.223-5 Pollution Prevention and Right -to-know Information, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-39 Unenforceability of Unauthorized Obligations, 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, 52.233-3 Protest After Award, 52.233-4 Applicable Law for Breach of Contract Claims, 52.242-13 Bankruptcy, HIPAA, & IRAPT Statements. 52.215-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation (2013-O0019). The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials, 242.203-7002 Requirements to inform employees of whistleblower rights, 252.204-7003 Control of Government personnel work product, 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation),252.204 7015 Disclosure of Information to Litigation support contractors, 252.211-7003 Item Unique Identification and Valuation, 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, 252.223-7008 Prohibition of Hexavalent Chromium, 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program, 252.225-7048 Export Controlled Items, 252.232-7003, Electronic Submission of Payment Requests, 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea, 252.244-7000 Subcontracts for Commercial Items and Commercial Components. The full text version of FAR provisions and clauses may be accessed electronically at www.arnet.gov/far and www.farsite.hill.af.mil. All vendors will be required to submit invoicing through the Wide Area Work Flow Suite electronic invoicing system, known as IRAPT (formerly WAWF). Potential contractors must be registered in the System for Award Management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. Offers are due by 13 January 2016 @ 12:00 PM, Pacific Standard Time. Submit signed and dated offers via fax to Walter Bischoff at (360) 360-0787 or email RFQ to: walter.j.bischoff.civ@mail.mil.. Contracting Office: Regional Health Contracting Office-Pacific Joint Base Lewis-McChord (JBLM), Health Contracting Cell, 673 Woodland Square Loop SE, Suite 101 Lacey WA 98503-1056 Place of Delivery: JBLM McChord Health Clinic 690 Barnes Blvd-JBLM Tacoma WA 98433-5000 If there are any questions, please present your questions by to; Walter J. Bischoff; Only by Email: walter.j.bischoff.civ@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W81K02-17-T-0080/listing.html)
 
Place of Performance
Address: 690 Barnes Blvd - JBLM, Tacoma, Washington, 98433-5000, United States
Zip Code: 98433-5000
 
Record
SN04351439-W 20161216/161214234245-19385278f4bee4703d214122109e3ff7 (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.