Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 17, 2024 SAM #8299
SOLICITATION NOTICE

65 -- Sysmex reagents, consumables, and service maintenance

Notice Date
8/15/2024 7:50:29 AM
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIH-CC-OPC-24-011458
 
Response Due
8/23/2024 9:00:00 AM
 
Archive Date
09/07/2024
 
Point of Contact
Kimala Winfield, Phone: 3014967015, Malinda Dehner, Phone: 3015946320
 
E-Mail Address
kimala.winfield@nih.gov, dehnerm@cc.nih.gov
(kimala.winfield@nih.gov, dehnerm@cc.nih.gov)
 
Description
The National Institute of Health, Clinical Center (CC) intends to award a Requirements type contract to Sysmex America Inc, Mundelein, IL 60060, to procure bundle operating lease, service, and reagent rental for UN3000N-111 urinalysis analyzer which consist of three analytical modules, the CLINITEK Novus chemistry strip reader, the UF 5000 microscopic particle analyzer, and the UD10 urine particle digital imaging analyzer. An improved urinalysis system will replace the current AUWI system (AUWi 1000 and Clinitek Novus) within the NIH CC Department of Laboratory Medicine. The all-inclusive system cannot be interchanged with another vendor. Sysmex America Inc. is the only company offering a direct upgrade that seamlessly integrates with the existing Sysmex equipment. Upgrades from the same manufacturer ensure compatibility and optimal performance because they are designed to work within the existing system architecture. It is important the Sysmex system remains in place because of the proprietary interfaces, reagents, and software that make it challenging to switch between brands without significant modifications or additional costs. Since the service, reagents, and supplies are proprietary, there is only one supplier whose products can fit into the instrumentation; any other supply or service could cause the cancellation of the protocol or delays in the completion of the protocol. Sysmex America Inc is the only vendor/manufacturer that can provide the maintenance and full test menu required for clinical patient care testing in the NIH CC Department of Laboratory Medicine. There is no substitution allowed nor deviation since this is specific to the Sysmex America Inc instrumentation in place in the Department of Laboratory Medicine. The estimated product list is attached to this notice and titled � Attachment 1 � List of Supplies 24-011458. The government reserves the right to increase quantities pursuant to FAR 52.217-6. The Department of Laboratory Medicine (DLM) will telephone or e-mail requests for required services and items on a needed basis. Period of Performance shall be for a base year of twelve (12) months and four (4) twelve-month option years. The total estimated value of the contract inclusive of the four option periods shall not exceed $750K. This acquisition is being conducted using policies unique to the Federal Acquisition Regulation 13.501 Special documentation requirements for sole source acquisitions exceeding the Simplified Acquisition Threshold. Contracts awarded using FAR Part 13-Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6-Competition Requirements. Interested concerns capable of providing the same or similar products or services as described in this notice may submit a capability statement outlining their capabilities. ****Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Each response should include the following Business Information: a. DUNS. b. Company Name, address, POC, Phone and Email address c. Current GSA Schedules or NAICS codes appropriate to this Award. d. Type of Company (i.e., small business, 8(a), woman owned, hubZone, veteran owned, etc.) as validated in System for Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1. e. Capability Statement Comments to this announcement may be submitted to the Clinical Center, Office of Purchasing and Contracts, prior to the closing date specified in this announcement, electronically to the attention of Kimala Winfield, kimala.winfield@nih.gov or Malinda Dehner, dehnerm@cc.nih.gov by the due date and time marked in this notice.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e0e88cb0791c4d8bb7ac287701d7c974/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07172678-F 20240817/240815230125 (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 |
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.