SOURCES SOUGHT
32 -- Ortho Vitros 5600 or EQUAL
- Notice Date
- 4/15/2015
- Notice Type
- Sources Sought
- NAICS
- 325412
— Pharmaceutical Preparation Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, 87th CONS, 2402 Vandenburg, McGuire AFB, New Jersey, 08641, United States
- ZIP Code
- 08641
- Solicitation Number
- Vitros5600
- Archive Date
- 5/12/2015
- Point of Contact
- Michael E. Yerger, Phone: 6097543989
- E-Mail Address
-
michael.yerger.1@us.af.mil
(michael.yerger.1@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis: FA4484 - Vitros 5600 Chemistry Analyzer (Brand Name) THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. The 87th Contracting Squadron is seeking information on potential vendors qualified to provide proposals in response to a future solicitation. The proposed award will be for the lease of a Vitros 5600, fully Integrated Chemistry Analyzer (Brand Name) OR EQUAL over a period of 1 base year + 4 option years, with a fixed cost-per-test (CPT) price. In accordance with the the statement of work, the offeror must be capable of providing ALL of the following: 1) Equipment Lease, 2) Ongoing Reagent Supply, 3) 24/7 Technical Support, 4) Equipment Maintenance and Repair, and 5) Warranty and Replacement. Please submit your Notification of Interest if you are able to meet the requirements identified herein, or if you manufacture/lease an essentially similar item. The Chemistry Analyzer must be able to: 1) Perform General Chemistry, Drug (DAT/TDM), Immuno-rate, Specialty Plasma Protein, Electrolytes and other critical assays using the government's existing supply and materials (Ortho Clinical Diagnostics Vitros MicroSlides®), which will process serum, plasma, whole blood, urine and other body fluids simultaneously, with a throughput up to 160 primary tubes/samples or 845 tests per hour, and an onboard test capacity up to 8940 tests and 125 reagent/diluent positions, for one analyzer. 2) System must have self-contained onboard waste management and must not require external water/plumbing, drains, stirring mechanisms, mixing assemblies floor vents that have additional maintenance and cost and carry the potential for contamination risk that impact test results. 3) The system must not use reusable probes to aspirate the sample and reagent that may have the potential for carryover. Rather, prevents sample and/or reagent carryover by utilizing disposable tips therefore minimizing operation interruption. 4) Capable of performing automatic calibration/lot switching with on-board linearity program and the use of ready-to-use calibration materials without or little need of operator intervention; must have stable 6 month or longer calibrations and only requires calibration every 6 months or during change of reagent lot use; when critical system parts are changed due to service or maintenance, if Quality Control results are consistently outside acceptable ranges, or when government regulations require. 5) Provides rapid insertion of STAT tests without halting or manually adjusting routine patient runs (continuous load and unload); 6) Has an on-board reagent management system that provides stability tracking and predict user needs. Must be able to house all current assays packs plus at least one spare. Must be able to load packs while instrument is running. Stores reagents/supplies refrigerated on board up to 35 days or more; and performs automatic on-board monitoring & periodic maintenance at lab specified intervals; 7) The system must have a windows-based printer, read/write disk drive for data input and archiving up to 25,000 results using CD-ROM or USB flash drive; 8) System must be capable of interfacing with current laboratory management software: Composite Health Care System (CHCS); 9) Capable to integrate with a pre & post analytic automation system providing workload balancing; 10) The system should be able to handle > 95 % of testing volume from a single sample, with the ability detect short, clot, bubble, low, high viscosity samples. The instruments must be able to simultaneously perform the complete profile and meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA'88) and the Clinical and Laboratory Standards Institute (CLSI - formerly NCCLS). Due to current space limitations, the printer, UPS and analyzer should be no more than 215.3 cm wide x 141.2 cm high x 111.5 deep, with cover open no more than 204 cm high. 11) JB McGuire-Dix-Lakehurst, NJ requires a system to include the Engineering, Furnishing, Installation, and Testing (EFI&T) of equipment, security implementation, training, and life cycle support of the fielded system. Contractors must assess equipment, work flow, volumes and space to meet the individual site requirements with minimum cost. Contractor must propose the suggested/recommended equipment/reagents that will meet the requirements of the facility. The NAICS code for this procurement is 532490. Any information submitted is voluntary. Request interested firms submit (1) the NAME, ADDRESS, and PHONE NUMBER of the firm (including CAGE code); (2) a summary of their product, (3) their SIZE STATUS. Responses to this notice will assist the Government in identifying potential sources and determining if a set-aside of the solicitation is appropriate. Responses are requested no later than 2:00 p.m., PDT, on 27 April 2015 to be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/305CONS/Vitros5600/listing.html)
- Place of Performance
- Address: JB McGuire-Dix-Lakehurst,NJ, McGuire, New Jersey, 08641, United States
- Zip Code: 08641
- Zip Code: 08641
- Record
- SN03700529-W 20150417/150415234910-d22f0ba2b39a49f4bd5fe96e90280357 (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 |