SOLICITATION NOTICE
65 -- Chemistry Analyzer Services
- Notice Date
- 5/27/2022 5:55:41 AM
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- 0011778969
- Response Due
- 5/31/2022 12:00:00 PM
- Point of Contact
- Laura A. Lebherz
- E-Mail Address
-
laura.a.lebherz.civ@mail.mil
(laura.a.lebherz.civ@mail.mil)
- Description
- The Defense Health Agency intends to award a sole source contract under the authority of FAR 13.106-1(b) to Roche Diagnostics Corporation, 9115 Hague Rd, Indianapolis, IN. 46256 for the performance of the described requirement in support of the Naval Hospital Jacksonville, FL. The requirement intends to provide an integrated core chemistry and immunochemistry platform and backup platform with a fully integrated and automated pre-analytic platform connected by an automated line/track to be used in the Clinical Laboratory at the Naval Hospital Jacksonville, FL. � This requirement is for the Chemistry section of the Clinical Laboratory at Naval Hospital Jacksonville, FL provides diagnostic information to healthcare providers for the care of patients by performing body fluid chemical analysis using large, complex, technology-rich, integrated equipment and reagents. This contract requires an integrated core chemistry and immunochemistry platform and backup platform, supplies, and technical support for sustained operation and maintenance, for NH Jacksonville. The scope of this task requires the Contractor to provide an integrated core chemistry and immunochemistry platform and backup platform with a fully integrated and automated pre-analytic platform connected by an automated line/ track capable of performing the tests listed in the Scope of Services section 7.2 of the SOW. All system components must be new and analyzers must meet the performance characteristics for accuracy and precision as defined by the 1988 Clinical Laboratory Improvement Act (CLIA). All costs for the supplies (reagents and consumables), operator training and technical support for sustained operation and maintenance shall be included in this Cost Per Reportable Results contract.� The vendor shall provide two (2) operational and two (2) service manuals, each in English.� The power requirement is 120 VAC, 60 Hz.� Products and services shall be provided full time, 24 hours/day and 365 days/year. Having a current active Authority to Operate on DoD Networks is required for this requirement and ability to continue uninterrupted performance of testing. The system, including claims made for the product, shall be compliant with Food and Drug Administration (FDA) regulations, with respect to marketing and delivering medical products for use in the United States of America.� These requirements shall apply even if delivery is requested outside of the United States of America. The system shall be installed in compliance with the Occupational Safety and Health Administration (OSHA) requirements. Contractor 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. If interim storage is required for transition, the vendor shall make arrangements for the storage. The period of performance for this contract is anticipated to be 6 months, with two 3 month options, starting 01 July 2022. This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 1 (8.5 x 11 inch) page using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information will not be considered as an affirmative response. 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 or to proceed with a sole source contract. Capability statements are due by 3:00 PM Eastern Time, 31 May 2022. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following address: cary.m.wolbrette.civ@mail.mil� �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1243691bc49d434494d353c10095ad23/view)
- Place of Performance
- Address: Jacksonville, FL 32214, USA
- Zip Code: 32214
- Country: USA
- Zip Code: 32214
- Record
- SN06341474-F 20220529/220527230103 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |