Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 12, 2008 FBO #2573
DOCUMENT

65 -- Chemistry Analyzers plus Cist-per-test - IHSSOL0900058 list

Notice Date
12/10/2008
 
Notice Type
IHSSOL0900058 list
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma Area Ofc Claremore Service Unit, Claremore Indian Hospital, 101 South Moore, Claremore, Oklahoma, 74017
 
ZIP Code
74017
 
Solicitation Number
IHS-SOL-0900058
 
Archive Date
1/2/2009
 
Point of Contact
yolanda c reyna,, Phone: 918/342-6511
 
E-Mail Address
yolanda.reyna@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is IHS-SOL-0900058 for a Cost-per-Test agreement to include reagents, calibrators, controls, supplies and preventive maintenance services for two Siemens formally known as Dade Behring Dimension RXL Max chemistry Analyzers. This solicitation is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The NAIC code is 334516 and the small business size standard is 500 employees Cost-Per Test Agreement services Period of performance: Base Year January 1, 2009 through December 31, 2009 with four option years. Option years will be exercised IAW with FAR Part 17. Evaluation will be based on equipment, reagents, quality control material, calibration material, supplies, service and upgrades, training and past performance Equipment is 35 percent; ability to provide two chemistry analyzers, ability to provide any other equipment needed to operate the analyzers, ability to provide a quality control program available for monthly data submission and evaluation, ability to provide calibration, linearity studies, comparisons and AMR studies Reagents, quality control material, calibration material, supplies, service and upgrades is 25 percent, one hour response time for call back when service and support needed for equipment mal-function, replacement parts to be supplies when needed, contractor to provide 24/7 technical support for equipment troubleshooting; contractor to provide equipment and software updates and upgrades as available Training is 25 percent, contractor to provide initial training of primary operator and additional training over the period of the contract, contractor to provide basic and advanced training Past Performance is 15 percent, ability to provide documentation of a previous satisfactory federal cost per test contract. Contractor shall provide past performance references with name, contact name, period of performance and telephone number. Pricing: Contractor shall provide all inclusive price in cost-per-test for the chemistry analyzers, reagents, calibrators, controls, supplies, maintenance service and the replacements of the chemistry analyzer RXL Max to the Deminsion EXL analyzer. Offerors are to include a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The clause found at FAR 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition. The clause found at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. FAR 52.212-1 Instructions to Offerors - Commercial applies to this acquisition. http://www.arnet.gov/far/ Offers are due December 19, 2008, 4:30 p.m. CDT at Claremore Indian Hospital, Support Services, 101 South Moore Avenue, Claremore, Oklahoma 74017. Contact Yolanda Reyna at yolanda.reyna@ihs.gov for information regarding the solicitation or fax number 918-342-6675. PURPOSE: The purpose of this contract is the contractor shall provide reagents, calibrators, controls, supplies, and preventive maintenance service for two Siemens formally known as Dade Behring Dimension RXL Max chemistry analyzers. Analyzers are to be maintained by contractor in accordance with manufacturer's standards. The contract will also require upgrading one of the chemistry analyzers from the Dimension RXL Max to the Dimension EXL STATEMENT OF WORK: The Contractor shall provide all Chemistry Analyzers, Reagents, calibrators, controls, supplies, and maintenance services as follows: 1. the contractor shall provide Chemistry Analyzers, Reagents, calibrators, controls, and supplies on an as needed basis. 2.Chemistry Analyzers shall meet the following criteria: Must have a minimum of 3 point calibration for majority of tests (See attached list). The Contractor shall provide reagents, calibrators, controls, and supplies as required for testing on a cost per test basis for the test methods required by the Government (See attached list). Include all equipment parts and accessories needed to operate the analyzers. Include all necessary parts and accessories to allow chemistry analyzer's interface capabilities into the RPMS system. Services to be provided at no additional cost: Chemistry analyzer preventive maintenance to be serviced to function in accordance with manufacturer's standards, Timely Service and support for the equipment, within one hour call back service, Replacement parts as needed, Troubleshooting of equipment 24/7, Training and technical support for the system, Updates and upgrades as available, Initial set-up to include calibrations, linearity studies, comparisons, and AMR studies. The contractor shall maintain a Quality Control Program that will generate Inter-Laboratory Quality Control Reports. Reporting Requirement: Inter-Laboratory Quality Control Report within 30 days of data submission. Training: Initial training of two primary operators, One additional training per contract renewal year
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3818d3c8590fc6298032dae25e5aee7d&tab=core&_cview=1)
 
Document(s)
IHSSOL0900058 list
 
File Name: Cost per test price offer list and chemistry analyzer calibration standards (Chemistry analyzer Soliciation list.xls)
Link: https://www.fbo.gov//utils/view?id=2823e116d6434a858d7c963f30956a02
Bytes: 25.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Claremore Indian Hospital, 101 S. Moore Avenue, Claremore, Oklahoma, 74017, United States
Zip Code: 74017
 
Record
SN01716419-W 20081212/081210215616-3818d3c8590fc6298032dae25e5aee7d (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.