SOURCES SOUGHT
65 -- Coagulation Analyzers Naval Hospital Yokosuka
- Notice Date
- 9/8/2022 6:56:20 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
- HT941022N0009
- Response Due
- 9/23/2022 8:00:00 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 Instrumentation Laboratories/Werfen Japan, 1-3-30 Mita, Minato-ku Tokyo 108-0073 Japan. Coagulation studies is an integral and necessary part of core laboratory testing.� Coagulation studies such as D-Dimer and Activated Partial Thromboplastin (APTT) testing are important in helping diagnose and treat patients in both outpatient and emergency situations.� US Naval Hospital Yokosuka requires two (2) coagulation analyzers, to be delivered, installed and validated no later than 1 July 2023, that meet the following minimum requirements: Must have Laboratory Information System (LIS) connectivity with Composite Health Care System (CHCS) with automated instrumentation Must have printer, mouse, and keyboard Must utilize Windows 11 based user interface and operating system Capable of running 25 samples per month Due to the laboratory space limitations, both units must meet the following size and power limitations: Power supply: VAC 100-240, 50-60 Hz, 10A/5A Amp, 600 Watts Size not to exceed: W: 81cm, Depth: 84cm, H: 73 cm, Weight: 200 lbs Must have 17� color LCD touchscreen Must provide continuous operation Must have sample and reagent transport system Must provide STAT capability Must provide factor parallelism Must have closed-tube sampling capability Must perform the following analytes:� prothrombin Time (PT), PT/APTT, fibrinogen, and D-Dimer Must provide local maintenance and repair support within 12 hours of notification, including weekends and holidays Delivery Dates Base:� 30 September 2023 OPT 1: 30 September 2024 OPT 2:� 30 September 2025 OPT 3:� 30 September 2026 OPT 4:� 30 September 2027 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 23 September 2022.� No phone calls will be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/4d3892d421ef4d16a7dd572245675b9f/view)
- Place of Performance
- Address: YOKOSUKA, JPN
- Country: JPN
- Country: JPN
- Record
- SN06458440-F 20220910/220908230133 (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 |