Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29,2000 PSA#2674

Naval Medical Logistics Command, Code 02, 521 Fraim Street, Ft. Detrick, MD 21702-5015

66 -- ANALYZERS AND REAGENTS SOL N62645-00-T-0019 DUE 090800 POC Anna Marie Linton, Contract Specialist, 301 619-2335 The Naval Medical Logistics Command intends to negotiate on a sole source basis with Schiapparelli Biosystems, Inc. 368 Passaic Ave. Fairfield, NJ 07004-2006 for the acquisition of clinical chemistry analyzers with refrigeration and high sample capacity and associated reagents. This clinical chemistry analyzer shall perform tests in accordance with the applicable United States laws and regulations. The offerer shall provide continued service, support, and reagent for seven years following the delivery of the last analyzer ordered from this contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The document number for this Request for Quotation is N62645-00-T-0019 This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-19. SIC is 3841. The government contemplates award of an Indefinite Delivery/Indefinite Quantity contract for the following commercial equipment: CLIN 0001, Clinical Chemistry Analyzer, Large Deck Ships, Minimum quantity 3, maximum quantity 40; CLIN 0002, Clinical Chemistry Analyzer, Non-Large Deck Ships, Minimum quantity 0, maximum quantity 80; CLIN 0003, Reagents to perform the tests included in the description for the analyzers in CLIN 0001 and CLIN 0002. CLIN 0004, Supplies necessary for the operation, maintenance, or quality assurance of the clinical analyzers. Responses and/or challenges to the non-competitive requirement must contain sufficient documentation to establish a bonafide capability to fulfill the requirements. The request for quotation is for an indefinite delivery, indefinite quantity contract for clinical analyzers, reagents, and supplies. Delivery will be required 30 days after award unless the contractor and the government agree to an alternative delivery schedule which is contained in the resulting contract. Delivery will be FOB Destination in the United States, or to a port of embarcation within the United States. DESCRIPTION FOR CLINICAL CHEMISTRY ANALYZER, LARGE DECK SHIP: The U.S. Navy's Large Deck Ships of the Line have a requirement for a clinical chemistry analyzer with refrigeration and high sample capacity. The analyzer shall be countertop analyzer with an integrated bar code reader and on-board sample and reagent refrigeration. It shall have a maximum throughput of no less than 200 samples per hour. It shall operate from available power (115 Volts, 60 Hertz), and operate from isolated power when necessary. It shall operate from conventional grounded power. The analyzer shall be certified by Food and Drug Administration (FDA), Clinical Laboratory Improvement Amendment of 1988 (CLIA), and shall be manufactured in accordance with current good manufacturing practices (cGMP). The analyzer shall be capable of performing the following essential tests: a. Alanine Transaminase (ALT); b. Albumin; c. Alkaline Phosphatase; d. Amylase; e. Aspartate Transaminase (AST); f. Calcium (Ca+); g. Carbon Dioxide (CO2); h. Chloride (Cl-); i. Cholesterol; j. Creatine Kinase (CK); k. Creatine Kinase MB isoenzyme (CK-MB); l. Gamma Glutamyltransferase (GGT); m. Glucose; n. High Density Lipoprotein (HDL); n. Lactate Dehydrogenase (LDH); o. Potassium (K+); p. Sodium (Na+); q. Total Bilirubin; r. Total Protein; s. Triglycerides; t. Blood Urea Nitrogen (BUN). DESCRIPTION FOR CLINICAL CHEMISTRY ANALYZER, NON-LARGE DECK SHIP: The U.S. Navy's Ships of the Line (Non Large Deck) have a requirement for a clinical chemistry analyzer. The analyzer shall be countertop analyzer with a maximum throughput of no less than 50 samples per hour. It shall operate from available power (115 Volts, 60 Hertz), and operate from isolated power when necessary. It shall operate from conventional grounded power. The analyzer shall be certified by Food and Drug Administration (FDA), Clinical Laboratory Improvement Amendment of 1988 (CLIA), and shall be manufactured in accordance with current good manufacturing practices (cGMP). The analyzer shall be capable of performing the following essential tests: a. Alanine Transaminase (ALT); b. Albumin; c. Amylase; d. Aspartate Transaminase (AST); e. Calcium (Ca+); f. Carbon Dioxide (CO2); g. Chloride (Cl-); h. Creatine Kinase (CK); i. Glucose; j. Phosphorus; k. Potassium (K+); l. Sodium (Na+); m. Total Bilirubin; n. Total Protein; o. Blood Urea Nitrogen (BUN). DESCRIPTION FOR REAGENTS AND SUPPLIES: The reagents shall be cleared for marketing by the FDA for application on the proposed analyzer. Reagents supplied shall have the maximum available shelf life remaining upon delivery. The reagents shall be packaged in the smallest packages which the vendor commercially markets. The packaging for the reagents shall clearly indicate on the exterior container any temperature storage requirements. The reagents shall support the essential tests listed above. Reagents shall be delivered when delivery is requested, and shall not be delivered early. Any supplies necessary for the operation of the analyzer, maintenance of the analyzer, or quality assurance of the analyzer and reagents shall be individually listed and priced. All supplies delivered shall be new, and manufactured, stored, shipped, and delivered in accordance with cGMP. TECHNICAL QUOTATIONS shall fully describe the units proposed and explain how the units meet the requirements of this solicitation. PRICE QUOTATIONS shall include a price for each CLIN. Contractors may propose tiered pricing to permit the government to take advantage of quantity discounts. Quotations must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items and a completed copy of the provision at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items. To receive an award, the offeror must be registered in the Central Contractor Registration (CCR) system; provide DUNS number, TIN, and CAGE Code with offer. AWARD BASIS: The Government will award a contract resulting from this solicitation to the offeror whose proposal represents the greatest value to the Government in terms of quality and price. The following provisions and clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items (9/99); FAR 52.212-2 Evaluation Commercial Items (1/99) as explained above; FAR 52.212-3 Offeror Representations and Certifications Commercial Items (2/2000) (a completed copy of this must accompany any offer); 52.212-4 Contract Terms and Conditions Commercial Items (3/99). Additionally FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (2/00) applies as follows: 52.22-3, Convict Labor (8/96); 52.225-13, Restrictions on Certain Foreign Purchase (2/2000); 52.233-3, Protest After Award (8/96); 52.222-21, Prohibition of Segregated Facilities (2-99); 52.222-26, Equal Opportunity (2/2000); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (4/98); 52.222-36, Affirmative Action for Workers with Disabilities (6/98); 52.232-3 Payment by Electronic Funds Transfer Central Contractor Registration (5/99). The Navy is committed to a paperless acquisition process. Quotations may be submitted by mail, email (amlinton@us.med.navy.mil) or fax, (301) 619-2925. Quotes are due by 3 p.m. on 8 September 2000 at Naval Medical Logistics Command, Attn: Anna Marie Linton, 521 Fraim Street, Fort Detrick, MD 21702-5015. Posted 08/25/00 (W-SN490430). (0238)

Loren Data Corp. http://www.ld.com (SYN# 0269 20000829\66-0005.SOL)

66 - Instruments and Laboratory Equipment Index  |  Issue Index |


Created on August 25, 2000 by Loren Data Corp. -- info@ld.com