SPECIAL NOTICE
65 -- Coagulation Analyzers and Reagents Keesler AFB
- Notice Date
- 5/20/2025 12:51:28 PM
- Notice Type
- Special Notice
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- DEFENSE HEALTH AGENCY SAN ANTONIO TX 78230 USA
- ZIP Code
- 78230
- Solicitation Number
- HT940825R0011
- Response Due
- 5/26/2025 11:00:00 AM
- Archive Date
- 06/10/2025
- Point of Contact
- Carolynn Benn, Phone: 2108684971, David Erpelding
- E-Mail Address
-
carolynn.j.benn.civ@health.mil, david.k.erpelding.civ@health.mil
(carolynn.j.benn.civ@health.mil, david.k.erpelding.civ@health.mil)
- Description
- Synopsis � Coagulation Lab Keesler Air Force Base The Defense Health Agency Contracting Activity, Healthcare Contracting Division � South (HCD-S), San Antonio, Texas intends to issue a solicitation for Coagulation Analyzers and Reagents for the Keesler Medical Center at Keesler Air Force Base, Biloxi, MS. The Keesler Medical Center requires two (2) identical and completely separate Coagulation analyzers. The successful offeror shall furnish all equipment, to include instrument installation, set-up, equipment validation (along with the associated supplies and labor), reagents, controls, and any necessary services (e.g., maintenance of furnished equipment) to Keesler Medical Center, Keesler AFB, MS for the purpose of Coagulation testing. This requirement will be met via equipment rental/lease or on a Cost Per Reportable Result (CPRR) basis. The requirement must include reagents to perform 4,000 Prothrombin time (PT) assays, 3,000 Activated Partial Thrombin time (aPTT or PTT) assays, 600 d-dimer assays, and 150 fibrinogen assays per year. In addition, yearly lot to lot conversion performed by a company specialist shall be provided in pricing. All equipment and reagents shall be supplied and serviced through the Vendor to include all parts, equipment, supplies, and other services required to ensure Keesler Medical Center is able to meet its objectives as listed herein. Equipment and associated peripherals must be delivered in such a time that installation, set-up and validations are completed and approved by the Laboratory Director to begin patient testing by the start of the base year of the period of performance. The anticipated period of performance for this requirement is five (5) years (12-month base period with four 12-month option periods). This requirement is being solicited as Unrestricted through Full and Open Competition, resulting in one (1) Firm Fixed Price (FFP) award being made as a result of Lowest Price Technically Acceptable (LPTA). FAR part 12 and FAR part 13 will be utilized for the resulted solicitation and award. The North American Industrial Classification System (NAICS) code is 325413 - In-Vitro Diagnostics Substances Manufacturing. The Small Business Administration�s size standard for this NAICS code is 1,250 Employees. The Request for Proposal (RFP) number is HT940825R0011. This solicitation will be available on/about 29 May 2025, will close on/about 12 June 2025, and will be posted on www.sam.gov. Prospective offerors are advised that any selected awardee must be registered with the System for Award Management (SAM) (www.sam.gov) and have a Commercial and Government Entity (CAGE) code prior to any award being made. Paper copies of this solicitation will not be physically issued, and telephone and faxed requests for the solicitation will not be honored. Points of contact are: David Erpelding, Contract Specialist David.k.erpelding.civ@health.mil Carolynn Benn, Contracting Officer carolynn.j.benn.civ@health.mil The solicitation will have all the necessary information required for the preparation and submission of offers. Once the solicitation is posted, interested parties are urged to visit www.sam.gov frequently for any updates/amendments to any and all documents. Attached is a DRAFT Statement of Objectives (SOO) containing a diagram of the available space for required equipment for informational purposes.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c5bca4f95f7446bb98844c716cdbcd0a/view)
- Place of Performance
- Address: Biloxi, MS, USA
- Country: USA
- Country: USA
- Record
- SN07448856-F 20250522/250520230045 (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 |