SOURCES SOUGHT
65 -- Blood Gas Analyzers for Department of Pathology, TAMC
- Notice Date
- 5/19/2025 4:15:53 PM
- Notice Type
- Sources Sought
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- W40M MRCO PACIFIC FORT SHAFTER HI 96858-5098 USA
- ZIP Code
- 96858-5098
- Solicitation Number
- W81K0225QA058
- Response Due
- 6/2/2025 5:00:00 PM
- Archive Date
- 06/17/2025
- Point of Contact
- Keary Haubner, Phone: 8084339536
- E-Mail Address
-
keary.t.haubner.civ@health.mil
(keary.t.haubner.civ@health.mil)
- Description
- Sources Sought for W81K0225QA058 Blood Gas Analyzers and Regents for the Dept. of Pathology & Area Laboratory Services at Tripler Army Medical Center, HI. This is a Sources Sought Notice for Tripler Army Medical Center. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding the availability and capability of qualified sources and whether or not to conduct this procurement on a competitive basis. The NAICS code is 325413 and the successful vendor must be registered in SAM.gov with this NAICS. Responses to the information requested will assist the Government in determining the appropriate set-aside and acquisition method. The Medical Readiness Contracting Office � Pacific intends to award a Firm, Fixed-Price order for a base period with up to four (4) option periods to the successful offeror using FAR Parts 12 procedures. The requirement is for a firm fixed price contract based on the following Salient Characteristics: Blood Gas Analyzers (BGA) shall provide the following analytes in one full test menu that can be executed all at once: pH, pO2, pCO2, Na+, K+, ionized calcium, Cl-, glucose, lactate, hemoglobin, total hemoglobin, hematocrit, BUN, Creatinine, SO2, O2Hb, HHb, COHb, MetHb. The BGA test menus, while providing the full test menu (pH, pO2, pCO2, Na+, K+, ionized calcium, Cl-, glucose, lactate, hemoglobin, total hemoglobin, hematocrit, BUN, Creatinine, SO2, O2Hb, HHb, COHb, MetHb) shall be customizable. The BGA shall have an on-board clot detector that detects clots before causing the instrument to become inoperable. The BGA vendor shall provide technical and software support 24 hours 7 days a week including holidays and shall have on-island service support. The BGA shall NOT require gas tanks and bottled reagents. Analyzer shall be mobile or considered benchtop. The total dimensions of the analyzer including any storage shall not exceed: Width � 2 feet, 2 feet, 3 feet. The BGA shall have mobile capability, be lightweight (no more than 30 pounds) and fit securely, with its UPS (uninterrupted power supply) in a tip-proof cart. The BGA shall have a complete data manager system capability to actively track number of patients tested, number of valid QC results, number of proficiencies and offline training for competencies evaluation. The BGA shall have its own data management system or be compatible with a data management system that is compatible with MHS Genesis and can actively manipulate multiple instruments, monitoring real-time system status, and sequester statistical data from a centralized location. The BGA shall have a centralized data manager workstation capable of allowing a supervisor or QA to manipulate all analyzers for user lockouts, alerts, maintenance, forcing QC and Calibration. The BGA shall have configurable/customizable system alert screen that signals sample condition, device warnings, operator certification, etc. The BGA shall have a large peer group comparison for CAP Survey material. CAP is the accrediting agency for the laboratory. The BGA shall have an automatic onboard quality control and calibration. This shall be done automatically requiring no operator intervention. The BGA shall require no reagent preparation, reagents and calibrators are ready to use. Instrument shall have automated maintenance, calibrators, and QC that requires no or minimum tech�s hands-on, or vendor must perform quarterly maintenance. The BGA shall be FDA approved and accept the following sample types: arterial, venous, capillary, pleural fluid, and mix-venous. The BGA shall have the ability to test pH of pleural fluid. The BGA shall possess an onboard event log. Analyzer shall have the ability to have built-in QC and calibrators with auto QC and calibrators run. The BGA shall be able to execute the full test menu (pH, pO2, pCO2, Na+, K+, ionized calcium, Cl-, glucose, lactate, hemoglobin, total hemoglobin, hematocrit, BUN, Creatinine, SO2, O2Hb, HHb, COHb, MetHb) in 120 seconds or less. The BGA shall be able to execute the full test menu (pH, pO2, pCO2, Na+, K+, ionized calcium, Cl-, glucose, lactate, hemoglobin, total hemoglobin, hematocrit, BUN, Creatinine, SO2, O2Hb, HHb, COHb, MetHb) with a sample size no larger than 150 microliters. The BGA shall be able to accept specimens from a capillary tube, test tube or syringe at a single port. The BGA shall be able to stop or interrupt QC and calibration operations to allow testing of STAT specimens. The BGA shall have sample aspiration that is automated and consistent to eliminate variability in sample technique among operators. The BGA shall have self-cleaning probe. The BGA shall have a specimen identification with an integrated barcode reader that shall read current patient ID labels and have individual log in credentials. The BGA shall have training and trouble-shooting modules on-board. The BGA shall have the ability to physically print patient results with all required demographic data when connection to the Laboratory Information System in inoperable. The BGA shall have the ability for the TAMC staff to limit operators to only those who have been trained. The BGA shall have QC lockout ability, that is, if QC is not run or fails, the instrument will not test a patient specimen. The BGA shall have a contained waste collection system in order reduce exposure to biohazards and a disposal mechanism that requires no more than a few minutes to complete. The BGA shall provide associated calculated results automatically, in addition to measured results. The BGA shall allow for entry of FiO2 and temperature and calculates corrected results for pH, pCO2 and pO2 automatically. The Vendor shall be responsible for any IT related cost e.g. Authorization to Operate (ATO). Installation validation shall be completed by the vendor according to College of American Pathologists standards. Validation shall include whole blood, and different body fluids. Initial instrument training shall be provided by the vendor. Interested vendors may submit in writing their capabilities and qualifications demonstrating their ability to fulfill the requirement identified in this notice. Responses to this notice should include company name, address, and telephone number, point of contact (POC), and brochures which will allow the Government to understand your offerings and options. Capability statements should be submitted to the attention of Mr. Keary Haubner, Contract Specialist, email keary.t.haubner.civ@health.mil. Telephone responses will not be accepted. Responses must be received no later than 2 June 2025 at 2:00 PM Hawaii Standard Time. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to supply the required items. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. No proprietary, classified, confidential, or sensitive information should be included in your response. A determination by the government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d052ea3163f640009b600158ee09573e/view)
- Place of Performance
- Address: Tripler Army Medical Center, HI, USA
- Country: USA
- Country: USA
- Record
- SN07448330-F 20250521/250519230046 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |