Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2015 FBO #4836
SOLICITATION NOTICE

65 -- URINALYSIS CPRR

Notice Date
2/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Southeast Regional Contracting Office, ATTN: MCAA SE BLDG 39706, 39706 40th Street, Fort Gordon, Georgia, 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W81K0015R0018
 
Archive Date
4/2/2015
 
Point of Contact
Valerie DeVeaux, Phone: 7067878438
 
E-Mail Address
valerie.j.deveaux.civ@mail.mil
(valerie.j.deveaux.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
The solicitation number W81K00-15-R-0018 for purchase request GFEBS 0010627503 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. The associated North American Industrial Classification System (NAICS) code for this procurement is 335416. Size standard is 500. This RFP is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. Quotes are due by 18 March 2015 at 3:00 pm Eastern Standard Time. Questions must be submitted via email not later than 6 March 2015 (no questions will be entertained after this date). Quotes and questions shall be submitted via email to Valerie.J.DeVeaux.civ@mail.mil and Carolyn.F.Lovett.civ@mail.mil. The requirements of this solicitation is for one Urinalysis Analyzer Cost Per Reportable Result. This CPRR includes the equipment, reagents, controls, calibrators and any other items to necessary to maintain and operate contractor owned equipment for daily operation on a cost per reportable results for the period of 1 April 2015 through 30 September 2019 for Moncrief Army Community Hospital, Fort Jackson, SC. Initial Ordering Period: I April 2015 through 30 September 2015. Item No. 0001. Cost -Per-Reportable Result Cost-Per-Reportable includes: (1) Automated Urinalysis Analyzer with barcode reader(s) and (1) Urine Microscopy Analyzer with connecting track. Equipment, and consumables (all reagents, controls and calibrators necessary to operate the contractor owned analyzer system, excluding barcodes, tubes and paper). Training and associated expenses for 3 key operator(s) is included (training positions must be within 12 months of installation) at the contractor's facility. Supplies will be ordered on an as needed basis, Ft Jackson, SC. Ordering Period of 1 April 15 - 30 Sep 15. Payment to be made in arrears. Item No. 0001AA URINALYSIS ANALYZER CPRR The contractor shall provide Moncrief Army Community Hospital (MACH) laboratory with the leasing of one (1) automated urinalysis system (to include (1) urine chemistry analyzer and one (1) urine microscopy analyzer with connecting track), inclusive of reagents, consumables and any necessary items to maintain contractor owned equipment on a cost per reportable test basis. QTY: 9 MONTHS; UNIT PRICE: __________ TOTAL AMOUNT:___________ Total Base Period: _____________________ Item No. 1001. Cost -Per-Reportable Result Cost-Per-Reportable includes: (1) Automated Urinalysis Analyzer with barcode reader(s) and (1) Urine Microscopy Analyzer with connecting track. Equipment, and consumables (all reagents, controls and calibrators necessary to operate the contractor owned analyzer system, excluding barcodes, tubes and paper). Training and associated expenses for 3 key operator(s) is included (training positions must be within 12 months of installation) at the contractor's facility. Supplies will be ordered on an as needed basis, Ft Jackson, SC. Ordering Period of 1 Oct 15 - 30 Sep 16. Payment to be made in arrears. Item No. 1001AA URINALYSIS ANALYZER CPRR The contractor shall provide Moncrief Army Community Hospital (MACH) laboratory with the leasing of one (1) automated urinalysis system (to include (1) urine chemistry analyzer and one (1) urine microscopy analyzer with connecting track), inclusive of reagents, consumables and any necessary items to maintain contractor owned equipment on a cost per reportable test basis. QTY: 12 MONTHS; UNIT PRICE: __________ TOTAL AMOUNT:___________ Option Year 1Total: _____________________ Item No. 2001. Cost -Per-Reportable Result Cost-Per-Reportable includes: (1) Automated Urinalysis Analyzer with barcode reader(s) and (1) Urine Microscopy Analyzer with connecting track. Equipment, and consumables (all reagents, controls and calibrators necessary to operate the contractor owned analyzer system, excluding barcodes, tubes and paper). Training and associated expenses for 3 key operator(s) is included (training positions must be within 12 months of installation) at the contractor's facility. Supplies will be ordered on an as needed basis, Ft Jackson, SC. Ordering Period of 1 Oct 16 - 30 Sep 17. Payment to be made in arrears. Item No. 2001AA URINALYSIS ANALYZER CPRR The contractor shall provide Moncrief Army Community Hospital (MACH) laboratory with the leasing of one (1) automated urinalysis system (to include (1) urine chemistry analyzer and one (1) urine microscopy analyzer with connecting track), inclusive of reagents, consumables and any necessary items to maintain contractor owned equipment on a cost per reportable test basis. QTY: 12 MONTHS; UNIT PRICE: __________ TOTAL AMOUNT: ___________ Option Year 2 Total: _____________________ Item No. 3001. Cost -Per-Reportable Result Cost-Per-Reportable includes: (1) Automated Urinalysis Analyzer with barcode reader(s) and (1) Urine Microscopy Analyzer with connecting track. Equipment, and consumables (all reagents, controls and calibrators necessary to operate the contractor owned analyzer system, excluding barcodes, tubes and paper). Training and associated expenses for 3 key operator(s) is included (training positions must be within 12 months of installation) at the contractor's facility. Supplies will be ordered on an as needed basis, Ft Jackson, SC. Ordering Period of 1 Oct 17 - 30 Sep 18. Payment to be made in arrears. Item No. 3001AA URINALYSIS ANALYZER CPRR The contractor shall provide Moncrief Army Community Hospital (MACH) laboratory with the leasing of one (1) automated urinalysis system (to include (1) urine chemistry analyzer and one (1) urine microscopy analyzer with connecting track), inclusive of reagents, consumables and any necessary items to maintain contractor owned equipment on a cost per reportable test basis. QTY: 12 MONTHS; UNIT PRICE:__________ TOTAL AMOUNT:___________ Option Year 3 Total: _____________________ Item No. 4001. Cost -Per-Reportable Result Cost-Per-Reportable includes: (1) Automated Urinalysis Analyzer with barcode reader(s) and (1) Urine Microscopy Analyzer with connecting track. Equipment, and consumables (all reagents, controls and calibrators necessary to operate the contractor owned analyzer system, excluding barcodes, tubes and paper). Training and associated expenses for 3 key operator(s) is included (training positions must be within 12 months of installation) at the contractor's facility. Supplies will be ordered on an as needed basis, Ft Jackson, SC. Ordering Period of 1 Oct 18 - 30 Sep 19. Payment to be made in arrears. Item No. 4001AA URINALYSIS ANALYZER CPRR The contractor shall provide Moncrief Army Community Hospital (MACH) laboratory with the leasing of one (1) automated urinalysis system (to include (1) urine chemistry analyzer and one (1) urine microscopy analyzer with connecting track), inclusive of reagents, consumables and any necessary items to maintain contractor owned equipment on a cost per reportable test basis. QTY: 12 MONTHS; UNIT PRICE:__________ TOTAL AMOUNT: ___________ Option Year 4 Total: _____________________ TOTAL CONTRACT VALUE (BASE + 4 OPTIONS): ____________________ Place of Performance: Moncrief Army Medical Center Bldg 4500 Stuart Street Fort Jackson, SC 29207-5720 UNITED STATES The following FAR and DFARS provisions and clauses apply to this solicitation: The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil. The following provision at 52.212-1, Instructions to Offeror - Commercial Items (FEB 2012). Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation. See provision 52.252-1 for locations where full text can be obtained. 52.212-2, Evaluation - Commercial Items (JAN 1999). ADDENDUM TO 52.212-2 (a) is hereby replaced with the following: 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will issue a single order to the responsible contractor whose proposal, conforming to the solicitation, is the Lowest Priced, Technically Acceptable (LPTA). Award is on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: Explain how your company will meet the terms of the solicitation for Urinalysis Analyzer Cost Per Reportable Results of the items as specified in the solicitation. Prospective contractors shall demonstrate that the items offered complies with the technical requirements described by submission of a written capability statement with their offer. This written capability statement must be submitted with offer and not exceed 10 pages. Acceptable - To receive this rating, the vendor's items shall meet the salient characteristics set forth in the solicitation. Unacceptable - An unacceptable rating will be assessed on any vendor that presents items that demonstrate any of the following: Failure to meet the salient characteristics set forth herein (see page 12). 1a. Failure to provide sufficient detail for the Government to determine whether the items satisfactorily meet the requirements of this solicitation. Explain how your company will meet the terms of the solicitation for Urinalysis Analyzer Cost Per Reportable Results of the items as specified in the solicitation. Prospective contractors shall demonstrate that the items offered complies with the technical requirements described by submission of a written capability statement with their offer. This written capability statement must be submitted with offer and not exceed 10 pages. 2. Price. The offeror shall submit pricing for all CLINs identified in the combined synopsis/ solicitation, unless otherwise noted. Pricing will be evaluated to the extent to which it is fair and reasonable in term of the Government's equipment. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote as determined by the end user. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Potential contractors must be registered in the System Award management (SAM) to be eligible for award. The SAM internet web site is http://www.sam.gov. IAW 52.212-3 Offeror Representations and Certifications- Commercial Items. Offeror must complete annual representations and certifications on-line at http://orca.bpn.gov. Offers are due by March 18, 2015, 3:00 PM, Eastern Standard Time. Submit offers via email to Valerie.J.DeVeaux.civ@mail.mil, facsimile (706) 787-5681 or mail. Contracting Office Address: Southern Region Contracting Office (SRCO) 39706 40th Street Fort Gordon, GA 30905 Point of Contact: Valerie DeVeaux, Contract Specialist, (706) 787-8438 The following stand alone discretionary FAR and DFARS provisions are necesssary: 52.204-5 - Women-Owned Business Other Than Small Business (MAY 1999). 52.211-6 - Brand Name Or Equal (AUG 1999) 52.225-25 - Prohibition On Engaging In Sanctioned Activities Relating To Iran-Certification (DEC 2012) 52.203-2 - Certificate Of Independent Price Determination (APR 1985) 52.209-7 - Information Regarding Responsibility Matters (JUL 2013) 52.215-20 - Requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (OCT 2010) 52.216-1 - Type Of Contract (APR 1984) 52.233-2 - Service Of Protest (SEP 2006) 52.252-1 - Solicitation Provisions Incorporated by Reference (FEB 1998). 52.252-5 - Authorized Deviations in Provisions (APR 1984), (b) DoD Far Supplement (48 CFR Chapter 2). 252.203-7005 - Representation Relating To Compensation Of Former DoD Officials (NOV 2011). 252.204-7011 - Alternative Line-Item Structure (SEP 2011) 252.209-7001 - Disclosure Of Ownership Or Control By The Government Of A Terrorist Country (JAN 2009) 252.215-7007 - Notice Of Intent To Resolicit (JUN 2012) 252.215-7008 - Only One Offer (OCT 2013) 252.225-7020 - Trade Agreements Certificate (JAN 2005) 252.247-7022 - Representation Of Extent Of Transportation By Sea (AUG 1992) 52.212-4 -- Contract Terms and Conditions - Commercial Items, applies to this acquisition (JUN 2010) and Addendum to 52.212-4--(u) The non-FAR Part 12 discretionay FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. 52.203-3 - Gratuities (APR 1984). 52.203-6 - Restrictions On Subcontractor Sales To The Government (SEP 2006). 52.203-12 - Limitation On Payments To Influence Certain Federal Transactions (OCT 2010). 52.203-17 - Contractor Employee Whistleblower Rights And Requirement To Inform Employees Of Whistleblower Rights (APR 2014) 52.204-4 - Printed Or Copied Double-Sided On Postconsumer Feber Content Paper (MAY 2011). 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) 52.209-6 -- Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or proposed for Debarment (AUG 2013). 52.219-8 - Utilization Of Small Business Concerns (JAN 2011). 52.219-9 - Small Business Subcontracting Plan (JUL 2013) 52.219-16 - Liquidated Damages - Subcontracting Plan (JAN 1999) 52.222-19 - Child Labor-Cooperation With Authorities And Remedies (JAN 2014) 52.222-50 -- Combat Trafficking in Persons (FEB 2009). 52.223-3 - Hazardous Material Identification And Material Safety Data (JAN 1997) 52.223-5 - Pollution Prevention and Right-To-Know Information (MAY 2011) 52.223-18 - Contractor Policy to Ban Text Messaging While Driving (AUG 2011). 52.225-13 - Restrictions on Certain Foreign Purchases (JUN 2008). 52.228-5 - Insurance - Work On A Government Installation (JAN 1997). 52.232-18 - Availability Of Funds (APR 1984) 52.232-33 -- Payment by Electronic Funds Transfer -- Central Contractor Registration (OCT 2003). 52.232-39 - Unenforceability Of Unauthorized Obligatiojns (JUN 2013) 52.232-40 - Providing Accelerated Payments To Small Business Subcontractors (DEC 2013) 52.233-3 - Protest After Award (AUG 1996). 52.233-4 - Applicable Law for Breach of Contract Clalim (OCT 2004). 52.237-2 - Protection of Government Buildings, Equipment, And Vegetation (APR 1984). 52.237-3 - Continuity Of Services (JAN 1991) 52.242-13 - Bankruptcy (JUL 1995). 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials (SEP 2011). 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights (SEP 2013). 252.204-7003 - Control of Government Personnel Work Product (APR 1992). 252.205-7000 - Provision Of Information To Cooperative Agreement Holders (DEC 1991) 252.209-7004 - Subcontracting With Firms That Are Owned Or Controlled By The Government Of A Terrorist Country (MAR 2014) 252.225-7012 - Preference For Certain Domestic Commodities (FEB 2013) 252.225-7021 - Trade Agreements (OCT 2013) 252.225-7048 - Export Controlled Items (JUN 2013) 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (JUN 2012). 252.232-7010 - Levies on Contract Payments (DEC 2006). 52.217-6 - Option For Increased Quantity (MAR 1989) 52.217-8 - Option to Extend Services (NOV 1999) 52.217-9 - Option to Extend the Term of the Contract (MAR 2000). 52.219-28 - Post-Award Small Business Program Representation (APR 2012). 52.252-2 - Clauses Incorporated by Reference (FEB 1998). 52.252-6 -- Authorized Deviations in Provisions (APR 1984). " DoD FAR Supplement (48 CFR Chapter 2)." 252.204-7012 - Safeguarding Of Unclassified Controlled Technical Information (NOV 2013) 252.244-7000 - Subcontracts For Commercial Items And Commercial Components (JUN 2013) INVOICING INFORMATION: All prospective offeror must be registered in the Wide Area Work Flow (WAWF) System. For registration go to https://wawf.eb.mil/ and follow the registration instructions. The payment on invoices will be made quarterly invoices as a 2-in-1 invoice via the internet using the Government provided Wide Area Work Flow (WAWF) Receiving/Acceptance System at https://wawf.eb.mil (reference clause 252.232-7003). Web Base Training is available at www.wawftraining.com and for more information go to www.dod.mil/dfas and click the e-commerce link. 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (JAN 2014)(DEVIATION 2013-O0019) STATEMENT OF OBJECTIVES AUTOMATED URINALYSIS SYSTEM 1.0 SCOPE 1.1 General. This is a non-personal contract to provide cost per reportable testing. The contractor shall provide Moncrief Army Community Hospital (MACH) laboratory with the leasing of one (1) automated urinalysis system (to include (1) urine chemistry analyzer and one (1) urine microscopy analyzer with connecting track), inclusive of reagents, consumables and coverage of maintaing contractor owned equipment in cases of failure on a cost per reportable test basis for a base year plus four (4) option years. This equipment will be located in the Core Laboratory Section, Room 3-62 (Pathology Department). Funding will be allocated annually and is subject to the availability of funds. 1.2 Description of Services. The Contractor shall provide all materials (including all reagents, calibrators, consumable parts and accessories), equipment, travel, and labor necessary to provide the instrumentation described in the Performance Work Statement for Moncrief Army Community Hospital Department of Pathology. Services include instrument use, calibration at frequencies specified in the manufacturer's service and operations manuals, and any required intervening repair of the contractor owned equipment for the duration of the contract period, including options if exercised. All provided shall be performed in accordance with all applicable laws, regulations, standards, local instructions, and commercial practices. 2.0 REQUIREMENTS 2.1 Security Requirements 2.1.1 Fort Jackson is designated as a closed base. In order to promote security and safety, all employees desiring access must adhere to installation entry requirements, to include identity proofing and vetting. 2.1.2 The primary contractor shall ensure all employees possess proper credentials allowing them to work in the United States and ensure illegal aliens are not employed and/or transported onto the installation. 2.1.3 The primary contractor shall be responsible for the conduct of all employees working under that contract. Additionally, the primary contractor shall: Coordinate base entry requirements. Advise employees requesting base access on requirement to complete, sign and submit a consent for background check form. Forms are available at the Visitor Control Center. Any employee who does not complete or sign the form shall be denied installation access. Advise employees the base pass is only valid for the purpose, person and vehicle for which it was issued. Use of the base pass for any other purpose or by any other person will result in the pass being confiscated. Employees that misuse their pass may be subject to barment actions. Provide an EAL (Entry Authority List) of all employees on company letterhead which require a base pass. All requests for a base pass shall be submitted through the Department of Pathology NLT 45 days prior to the contract start date. Exceptions will be made for short-notice contracts where the award date and performance start date are less than 45 days. A base pass will be issued for a maximum of one year. Prior to renewing a base pass, return the old base pass to the Visitor Control Center for destruction. Ensure the EAL includes: n Contract number n Work site or location n Inclusive dates of the contract n Work schedule (include days of the week and time periods employees are on base) n Employee's full name, date of birth, and social security number Only persons who have undergone identity proofing and vetting and have no disqualifying base access information can serve as a sponsor. Persons appointed as sponsors shall meet employees at the Visitor Control Center. 2.1.4 All employees requiring reoccurring and unescorted access onto the installation must: n Carry their DoD ID card or installation pass on their person while on the installation. On request, present their DoD ID card or installation pass to security personnel. Refusal may be grounds for further administrative or punitive action. n If issued a Command Access Card (CAC), present documentation from the security office or CAC sponsor confirming that the CAC has been reported lost or stolen. n Turn in access credentials to the 6O" Contracting Squadron when the credential expires or when the basis for obtaining the credential no longer exists. 2.1.5 The Contractor shall not employ individuals who are potential threats to the health, safety, security, general well being, or operational mission of the Department of Defense (DoD) and its population. This shall include individuals who are a potential threat because of felony convictions. The Government has wide latitude to disapprove or revoke security credentials clue to disclosed or undisclosed derogatory information found during the Government screening processes. 2.1.6 The contractor shall not be entitled to any compensation for delays or expenses associated with complying with the provision of this clause. Furthermore, nothing in this clause shalt excuse the contractor from proceeding with the contract as required. 3.0 Urinalysis Testing Requirements 3.2.1 Contractor shall provide cost per reportable result pricing for 100% of tests listed in Appendix A. The price shall include costs covering: • Analyzer(s) • All reagents, standards, supplies, consumable/disposable items, parts, accessories and any other item required for the proper operation of the contractor's equipment and necessary for the generation of a reportable result. It will also include the material to perform, as well as all other costs associated with, quality control, calibration and correlation study testing that is prescribed by the Clinical and Laboratory Standards Institute (CLSI-formerly NCCLS). • All necessary maintenance of the contractor owned equipment in good operating condition (this element includes emergency repairs). 3.2.2 Contractor shall provide on-site service within 24 hours and 24/7 online phone support including Federal holidays. 3.2.3 Contractor shall provide training for government personnel: Minimum 2 slots implementation year. Training will be provided at the contractor's training facility; airfare, ground transportation, hotel, food, and training supplies are included with the training. 3.2.4 Contractor shall provide analyzer(s) with adequate throughput to meet needs. • Contractor must assess equipment, work flow, volumes and space to meet the individual site requirements with minimum costs. • Urine chemistry analyzer will process at minimum 210 samples per hour • Urine microscopy analyzer will process at minimum 70 samples per hour 3.2.5 Vendor shall provide a specialist to perform/oversee system installation, correlation, validation. Vendor also provides all validation reagent/materials needed to perform these tasks. Vendor provides a client service representative that can be reached 24 hours a day, 7 days a week. 3.2.6 Contractor shall provide all software updates to the customer. Vendor shall notify the customer when updates are released. This is at no cost to the Government. Hardware upgrades that are related to safety concerns or needed to maintain instrument performance specifications shall be mandatory and shall be performed by the Field Service personnel at no cost to the customer. All software and hardware upgrades shall be performed by trained personnel. The Field Service Engineer shall schedule with the section supervisor of the upgrade. 3.3.1 Equipment 3.3.1.1 Contractor shall provide a urine chemistry testing system capable of performing the automated urinalysis tests listed in the Master Test List & Annual Test Volumes in Appendix A. 3.3.1.2 Contractor shall provide a unified platform connected by a track that incorporates the urine chemistry and urine microscopy platforms. 3.3.1.3 The entire test system shall support bi-directional connectivity with the Composite Healthcare System (CHCS). The interface must be able to download test orders and patient demographics from host computer and integrate this information with test results for certifying the results in host computer. The fully operational interface (both hardware and software) must be immediately available for implementation to the hospital information system at the time of contract award. 3.3.1.4 The analyzer(s) must meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI-formerly NCCLS). 3.3.1.5 Instruments and assays must be FDA approved (Vendor must provide proof of certification) with no FDA warning letters issued over the past 24 months. 3.3.1.6 Contractor shall provide equipment with sufficient safety features to avoid unnecessary exposure to biohazardous and chemical material. The exposure to and the volume of biohazardous and chemical material generated by the equipment must be minimal and require a minimal amount of handling. 3.3.1.7 Contractor shall provide equipment with the following technical features: • Continuous reagent strip loading • Capability of "walk-away" testing • Bar-coding capability on both urine chemistry and urine microscopy analyzers • Onboard storage of 10,000 or more results on both urine chemistry and urine microscopy analyzers • There must be no significant sample carry-over • Archiving of patient results and digital image storage capability • Urine chemistry analyzer uses reflectance photometry • Urine microscopy analyzer uses flow cytometry with digital imagery for microscopic review • Urine microscopy analyzer and urine chemistry analyzer analyze sample volumes of 2.0ml or less • Customizable reports • Audit trail capability 3.3.1.8 Contractor shall provide equipment with the following hardware features; • The total equipment, per specifications, to be installed will not negatively impact the functionality/operations of that laboratory, nor will it require significant and/or costly infrastructure changes. • An uninterruptible power supply for each instrument provided under this contract is required. • A workstation consisting of : • A main CPU is required. • An adjustable monitor/screen that is easily readable is required. • A printer with the capability of printing a patient report with patient demographic information that includes minimally the patient's name/accession number is required. 3.3.2.9 The Government will furnish utilities (electrical power, compressed air, water) that are available and required for any service provided under this contract. The government facility engineers, to ensure compatibility with MACH's electrical wiring and equipment, must approve contractor electrical equipment. The EMB is responsible for inspection all electrical wiring and equipment that is brought into the facility for use. This will occur when the technician checks in at EMB, 3.3.2 Personnel 3.3.2.1 Contractor personnel or any representative of the contractor entering Fort Jackson shall abide by all security regulations and shall be subject to security checks. 3.3 Payments 3.3.1 Contactor shall invoice through Wide Area Work Flow. Payment shall be made by DFAS-1NDY Indianapolis, IN, monthly upon receipt of all invoices. In addition a copy of all invoices shall be delivered to Moncrief Army Community Hospital, Department of Pathology, Attn: Core Laboratory Supervisor. Moncrief Army Community Hospital Department of Pathology 4500 Stuart Street Fort Jackson, SC 29207 • Lab POC: Ruth Ann Alexander; Phone (803) 751-0390 / Fax (803) 751-7829 SALIENT CHARACTERISTICS - AUTOMATED URINALYSIS SYSTEM System must consist of a unified platform connected by a track that incorporates the urine chemistry and urine microscopy platforms. The system must perform the required laboratory workflow (approximately 17500 tests per year). The system must be able to interface a bi-directional system with the current Composite Health Care Systems (CHCS) Laboratory Information System (LIS) System to allow for transfer of results. The system must support full standard urinalysis panel testing capability to include Bilirubin, Urobilinogen, Ketones, Glucose, Protein, Blood, pH, Nitrite, Leukocytes (Leukocyte Esterase), Specific Gravity, Color, and Clarity. The system must support microscopic identification of RBC, RBC Clumps, WBC, WBC Clumps, Squamous Epithelials, Non-Squamous Epithelials (Renal Epithelials, Transitional Epithelials), Hyaline Casts,Unclassified Casts (Granular, Cellular, Waxy, Broad, RBC, WBC, Epithelial, Fatty), Crystals (Calcium oxalate, Triple phosphate, Calcium phosphate, Uric acid, Calcium carbonate,Leucine, Cystine, Tyrosine, Amorphous), Yeast (Budding, hyphae/psuedohyphae), bacteria, Sperm, Mucus, Fat, Oval Fat Bodies, and Trichomonas. The system must be able to create on-screen digital images of the cellular material found in a urine sample. The system must support archiving of patient results and digital image storage capability. The system must allow for continuous reagent strip loading. Urine microscopy analyzer and urine chemistry analyzer must analyze sample volumes of 2.0ml or less. The system must include a workstation consisting of a main CPU and an adjustable monitor/screen that is easily readable. Instruments and assays must be FDA approved. The reagents must be FDA approved for use in clinical testing with controls and/or calibrators that meet or exceed the CAP checklist criteria for clinical testing. The analyzer(s) must meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA) and the Clinical and Laboratory Standards Institute (CLSI-formerly NCCLS). The reagents must have expiration dates no less than 6 months from the delivery date. The reagents must function properly, passing all lot-to-lot tests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W81K0015R0018/listing.html)
 
Place of Performance
Address: Moncrief Army Medical Center, Bldg 4500 Stuart Street, Fort Jackson, South Carolina, 29207, United States
Zip Code: 29207
 
Record
SN03644610-W 20150220/150218234642-842a61bf3923dd97fb867511288744b0 (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.