Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2011 FBO #3358
SOLICITATION NOTICE

W -- Hematology Analyzer for Belcourt IHS Hospital, Belcourt, North Dakota - RFQ-11-087 Package

Notice Date
2/1/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-11-087
 
Archive Date
3/3/2011
 
Point of Contact
Deana Long, Phone: 605-226-7240, Craig J. Wells, Phone: 605-226-7333
 
E-Mail Address
deana.long@ihs.gov, craig.wells@ihs.gov
(deana.long@ihs.gov, craig.wells@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ-11-087 Package This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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 Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed price, non-personal service type contract in response to Request for Quote (RFQ) 11-087. This is for a base year plus four (4) one-year option years. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. This is a small business set aside. The associated North American Industry Classification System Code is 334516. PURPOSE OF CONTRACT : See attached Statement of Work. Located at the Quentin N. Burdick Memorial Healthcare Facility, Moonlight Drive, off Highway 5, Belcourt, North Dakota. PRICE SCHEDULE : Hematology Analyzer - the quoted unit pricing must be an all inclusive cost to include but not be limited to transportation, food, lodging, per diem, and fringe benefits). The contractor is responsible for all associated costs for this rent/lease of equipment. 1. Complete statement of work/specification sheet Attached are the Federal Acquisition Regulations (FAR) and the Health and Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following: FAR 52.212-1 - Instructions to Offerors - Commercial Items (June 2008): Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include: 1. Solicitation number; 2. Closing date of March 16, 2011 at 11:00am CST; 3. Name, address, telephone number of the offeror and email address of the contact person; 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; 5. Terms of any express warranty; 6. Price and any discount; 7. "Remit to" address, if different than mailing address; 8. A completed copy of the representations and certification at FAR 52.212-3; 9. Acknowledgement of Solicitation Amendments (if any); 10. A statement specifying the extend of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-2 - Evaluation - Commercial Items (January 1999): Please respond to the below technical evaluation questions and submit with other needed information. A. Lease Agreement: The contract's for one (1) Hematology Analyzer. This includes: UPS, keyboard, touch screen monitor, mouse, hand-held barcode reader, ink jet printer, and on-line diagnostics. Reagents will be sold and billed per item, and all consumables are at no charge. Standard business hours are Monday to Friday from 0830 to 1700 hrs. Performance Plus service guarantees next day service, 98% Uptime (covered equipment will be operational 98% of covered service hours in a given year), and peer review program. B. Training : Training is needed for two (2) people with all expenses paid to the awarded vendor's facility; which includes e-training and a Competency Program (2 yr subscription). An on-site integration and training which includes correlation studies and data crunching needs to be available. The e-Training needs to have multimedia courses that feature digital video, animation and high resolution images to help train new staff, and fulfill continuing education requirements. The competency program covers operator safety and operations. The laboratory staff will be trained to operate the instrument by persons sent to training, on-site training, and e-training. C. Total Cost over Life of the Contract: The contract will be for 1 base year and 4 option years. Cost is based on an average daily volume of 30 CBC's (the Performance service is included in the cost per test). This averages out to about 8 cubes of reagent. All other consumables are to be provided at no charge. The cost should also include Performance Plus Service which has guaranteed next day service,98% Uptime, and e-QC peer review program. The overall cost of the agreement plus the four (4) one-year option years will be evaluated. D. Performance: The new instrument must use MAPSS (Multi-Angle Polarized Scatter Separation) for laser-accurate optical readings for WBC's with differentials. It must uses 4-angle scatter measurements for accurate identification, and multiple scatterplot analysis for identification of abnormal cells and interfering substances. It must have a 3-angle optical for RBCs. The instrument must use a 2-angle optical platelet count for accuracy. It must also reduce retesting because of interference from microcytic RBCs, RBC fragments, WBC fragments, and non-platelet particles. It must have a lyses-resistance mode. The instrument should only use three reagents for the 5-part differential analysis. Calibration needs to be user friendly. The multifaceted software should offer touch-screen convenience and flexibility for the user. User sign-in password is protected with many security levels. Periodic maintenance is done every 18 months when proper maintenance is used. A Security Pre-Clearance must be performed for any employees referred to IHS through this contract. Fingerprints must be completed and adjudicated prior to services being performed under this contract. No contract award shall be made to any vendor or provider listed on the OIG Exclusion List http://exclusion.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the contractor to notify the Acquisition Official if there is a change in provider. Should the candidate be found with a non-favorable security clearance, it shall be the contractor's responsibility to replace that candidate working under the contract with a suitable candidate. Submit quote to the following: Aberdeen Area Indian Health Service Deana Long, Contract Specialist 115 4th Avenue SE, Room 309 Federal Building Aberdeen, South Dakota 57401 OR you may email to deana.long@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-11-087/listing.html)
 
Place of Performance
Address: Moonlight Drive off Highway 5, Belcourt, North Dakota, 58316, United States
Zip Code: 58316
 
Record
SN02371062-W 20110203/110201234457-304341a1fad7586247d0c0d9b3773ce6 (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.