Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 02, 2012 FBO #3904
MODIFICATION

65 -- Automated hematology analyzers

Notice Date
7/31/2012
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ12R0094
 
Response Due
8/20/2012
 
Archive Date
10/19/2012
 
Point of Contact
mary.a.martin, 910-643-2119
 
E-Mail Address
Medcom Contracting Center North Atlantic
(mary.a.martin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Contractor shall furnish six automated hematology analyzers and one slide maker stainer, to include reagents, consumables, training and maintenance of equipment. The slide maker /stainer (SMS) must have the capability to be connected to the analyzers so any CBC's needing differentials will automatically go to SMS for the slide making and staining process. Contractor shall also provide a site coordinator and an installation specialist to assist laboratory personnel with the entire implementation/installation process, ensuring the installation and validations be completed within 30-60 days of equipment arrival. The required analyzers shall be provided to Department of Pathology and four separate health clinics, Womack Army Medical Center (WAMC) Fort Bragg, NC 28310. The contractor activities will include but not limited to the following: 1.Setting up instrument interface and ensuring results are crossing over to LIS. 2.Validation Plan to be reviewed with Laboratory Officer/Quality Manager prior to commencement of validation studies. 3.Entering reference ranges. 4.Setting up Quality Control (QC) files and entering QC limits. 5.Linearity verification utilizing commercial linearity material to validate all measured parameters. If commercial linearity material is not available for any parameter to validate linear range, appropriate patient samples may be used. 6.Method Comparison Study (Old Method vs. New Method) 7.Carry-over studies on measured parameters using high patient samples or linearity material. 8.To obtain acceptable performance of the analyzer, all studies must be presented to the laboratory officer for acceptance prior to contractor departure. 9.Correlation studies to include the equipment at the clinics. LIS Interface: The contractor shall furnish interface assistance to ensure that the system is interfaced with the LIS prior to departure. If purchased of additional equipment is required to maintain the LIS system interface, an equipment credit must be allowed as a discount by the contractor. The system must have barcode capabilities and be fully interfaceable to the Composite Health Care System (CHCS). Contractor shall have equipment in place and ready for service by 1 Oct 2012. The Government intends to award a Firm-Fixed Price Contract for this requirement. This unrestricted procurement is for a Base Year (1 Oct 2012- 30 Sep 2013) and four (2) 12 month option periods ending (30 Sep 2015) if all options are exercised. The associated North American Industry Classification System (NAICS) code is 334516 and the small business size standard is 500 employees. It is a requirement that all contractors doing business with the Department of Defense be registered with CCR (the website may be accessed on the Internet at http://www.ccr.gov. The entire solicitation will be issued electronically at the Army Single Face to Industry website: https://acquisition.army.mil/asfi (paper copies will not be available). The solicitation, attachments and specifications will only be available by downloading the document from the ASFI website. All prospective offerors are responsible for obtaining the solicitation, any amendments or any other information from the ASFI website. It is therefore the contractor's responsibility to check the website frequently/daily for the solicitation and any posted changes to the solicitation. When issued, the solicitation will specify the actual date and time for proposal receipt. No telephone request will be honored. Please forward all responses and questions to the attention of Mrs. Mary Martin, mary.a.martin@us.army.mil Unrestricted requirement. NARCO Contracting Cell, WAMC Stop A, ATTN: Mary Martin, 2817 Reilly Road, Fort Bragg, NC 28310-7301.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ12R0094/listing.html)
 
Place of Performance
Address: NARCO Contracting Cell, ATTN: BLDG 4-2817 REILLY RD Fort Bragg NC
Zip Code: 28310-7301
 
Record
SN02821370-W 20120802/120731235855-97f44792d174ddb7278072bd41a526cb (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.