SOURCES SOUGHT
65 -- Molecular Diagnostics Analyzer and Reagents (Vitros)
- Notice Date
- 8/30/2022 10:05:42 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Solicitation Number
- HT941022N0008
- Response Due
- 9/14/2022 5:00:00 AM
- Point of Contact
- Cassi Jo Newman, Phone: 7262030088, Jeff Collins, Phone: 7262030106
- E-Mail Address
-
cassi.j.newman.civ@health.mil, jeffrey.p.collins20.civ@health.mil
(cassi.j.newman.civ@health.mil, jeffrey.p.collins20.civ@health.mil)
- Description
- The Defense Health Agency intends to negotiate on a sole source basis (IAW FAR 13.501(a), Only One Responsible Source. The proposed source is Ortho-Clinical Diagnostics Japan, 1-7-2-10F Azabudai, Minato-ku Tokyo, Japan 106-0041. Analytical chemistry is an integral and necessary part of core laboratory testing.� Chemistry tests such as Comprehensive Metabolic Panel and Thyroid Stimulating Hormone are important in helping diagnose and treat patients in both outpatient and emergency situations.� Chemistry analysis conducted at the US Naval Hospital Yokosuka, Japan (USNHY) and its associated Branch Clinics located in Iwakuni, Sasebo, and Atsugi, Japan, ensures proper diagnosis and maintains combat readiness in support of command missions.� USNHY currently runs roughly 8,000 samples per month utilizing 5 analyzers across these 4 geographical locations in Japan. � USNHY requires five (5) chemistry analyzers meeting the following minimum requirements: Must have a Laboratory Information System (LIS) with Bidirectional interface for ASTM and HL7 protocols with Broadcast download and Host Query. No special requirements for off-board plumbing. Read/write SSD drive for data input and archiving and USB flash drive (memory stick) capabilities with ability to archive and retrieve through CD-ROM or USB flash drive. Must accommodate 0.SmL, 2.0mL, 5mL, 7m and l0mL collection tubes. Must Auto discriminate by simultaneously recognizing all standard symbologies including: Code 128, IBST 128, Code 39, Codabar and Interleaved 2 and 5. Must have no special requirements for off-board plumbing. Must be able to run serum, plasma, urine, CSF, whole blood and Amniotic fluid. Must have color-coded graphical user interface with touchscreen monitor and numeric keypad. Must have onboard documentation and animated Help and Onboard maintenance documentation. Must have clot, bubble, low and high viscosity, thin layer fluid and short sample detection. Must have continuous load and unload capabilities with the ability to hold 80 samples and 10 STAT samples at all times. Must require no manual primes, purges, washes, tubing maintenance and No daily calibrations or calibration checks. Must support QNX or RMX operating system. Windows 7 will not be used. Critical values feature: Feature enables onscreen and printed notification of critical Chemistry results to enable easy identification and accelerated reporting of critical values. User-defined critical values and customized notification text add flexibility needed to support the differences in notification policies from one facility to another. � Must have capacity to process a minimum of 100,000 samples per year. Local maintenance and repair support for the 4 geographic locations within 12 hours of notification, including weekends and holidays. There are not set-aside restrictions for this requirement.� The intended procurement will be classified under North America Industry Classification System (NAICS) 334516.� 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 MS Excel) to Cassi Jo Newman at cassi.j.newman.civ@health.mil Closing date for challenges is no later than 0800 PST on 14 September 2022.� No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ee55b7efda2a43d4a6acf5adaf5a35b2/view)
- Place of Performance
- Address: JPN
- Country: JPN
- Country: JPN
- Record
- SN06447175-F 20220901/220830230132 (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 |