SOLICITATION NOTICE
65 -- CLINICAL CHEMISTRY LABORATORY ANALYZERS
- Notice Date
- 9/6/2012
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- N62645 Naval Medical Logistics Command 693 Neiman Street Ft. Detrick, MD
- ZIP Code
- 00000
- Solicitation Number
- N62645RCE0004
- Response Due
- 9/21/2012
- Archive Date
- 9/30/2012
- Point of Contact
- BRIAN MILLER 301/ 619-1086
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command (NMLC) intends to negotiate on a sole source basis (IAW FAR Part FAR 8.405-6(a)(1)(i)(B) Only one source is capable of responding). The proposed source is Roche Diagnostic Corporation, 9115 Hague Rd., Indianapolis, IN 46256-1025. Naval Medical Center San Diego (NMCSD) has a requirement for three (3) automated clinical chemistry laboratory analyzers and a cost per test contract for reagents, quality control and consumables. This requirement is part of Federal Supply Schedule (FSS) procurement. Only one award will be made as a result of this synopsis. The majority of the items required for the clinical chemistry laboratory analyzer were available on Roche Diagnostics FSS contract number V797P-7347A. Those items not available on schedule are: Total Mycophenolic Acid, Qty-14,058; Anti HCV, Qty-1,136; Anti-HAV, Qty-522; Anti-HAV IgM, Qty-23; Anti-HBc IgM, Qty-18; MPA Barcode Label, Qty-3; Restop Caps Blue, Qty-100; 2000 UL AL Tips, Qty-200. The remaining items all have a quantity of 1: Sample Probe, Nozzle tip, Nozzle R N Assy, Sipper Tubing, Screw Fixing Lamp, Pinch Tube, P Nozzle Box, R Nozzle Box, Paddle Mixing, Standard False Bottom Tube, Cap Screw White F.RD Standard, Modular Pre-analytics 7 Plus System and Modular Pre-analytics EVO 2 Plus System Service. The system and all of the components, shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The equipment and reagents shall be compliance with OSHA requirements. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions. Upon delivery, the vendor shall be responsible for uncrating the unit/system and transporting it through the facility to the location of intended use for installation, and removing of all trash created in this process. If interim storage is required, the vendor will make arrangements for the storage. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334516 with a small business size standard of 500. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or Excel) to Brian Miller at brian.miller4@med.navy.mil. In addition, challenges can be faxed to 301-619-1132 Attn: Brian Miller. Email challenges are preferred. Closing date for challenges is no later than 10:00 AM. ET on 21 September 2012. No phone calls will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N62645RCE0004/listing.html)
- Record
- SN02871995-W 20120908/120907002056-070ca807dd75276da440af7e61d974a1 (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 |