Hawaii Bids > Bid Detail

Notice of Intent to Sole Source Naval Health Clinic Hawaii Roche Cobas Chemistry Analyzers

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159073351998581
Posted Date: Aug 18, 2023
Due Date: Sep 5, 2023
Solicitation No: HT941023N0105
Source: https://sam.gov/opp/c55bff65f3...
Follow
Notice of Intent to Sole Source Naval Health Clinic Hawaii Roche Cobas Chemistry Analyzers
Active
Contract Opportunity
Notice ID
HT941023N0105
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Aug 18, 2023 02:07 pm PDT
  • Original Response Date: Sep 05, 2023 08:00 am PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 20, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6630 - CHEMICAL ANALYSIS INSTRUMENTS
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    JBPHH , HI 96860
    USA
Description

THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE SUPPLY CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE QUOTES. 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 Roche Diagnostics Corporation, 9915 Hague Rd, Indianapolis, Indiana, 46256-1025.



The requirement is for a contract for the lease of two (2) Chemistry analyzers, annual off-site key operator training for each analyzer, purchase of reagents, third party quality controls (Bio-Rad), maintenance service, and consumables for Naval Health Clinic (NHCH). One (1) clinical chemistry/immunoassay analyzer shall be for Branch Health Clinic (BHC) Makalapa, and one (1) clinical chemistry analyzer shall be for BHC Kaneohe Bay. The contracted analyzer for Makalapa shall be a single platform configuration capable of performing general chemistry, immunoassay, and screening for electrolytes, diabetes, hepatic diseases, thyroid diseases, cardiac diseases, renal diseases, and infectious diseases, as defined below. The contracted analyzer for BHC Kaneohe Bay shall be capable of performing general chemistry, and screening for electrolytes, hepatic diseases, renal diseases, and cardiac diseases. The contracted analyzers for each clinic shall be capable of performing the tests listed below at the yearly indicated test volume. The contracted analyzers for BHC Makalapa and BHC Kaneohe Bay shall have the same test methodology to ensure accuracy of results between clinics. The contractor shall be capable of 24-hour response time. The contractor shall be available for telephone troubleshooting consultation 24 hours a day, 7 days a week, 365 days per year, except on Federal holidays. The contract shall include operator training. The contract shall include water purifiers connected to the analyzers, its’ maintenance service, and all consumables.





BHC Makalapa Requirements:



The contracted analyzer shall be an integrated general chemistry and immunoassay analyzer providing a single footprint that provides Syphilis Antibody testing algorithm. The contracted analyzer shall be capable of completing a minimum of 375 tests per hour. Due to space constraints, the contracted analyzer shall fit within the following dimensions: 70 inches (H) x 98 inches (W) x 32 inches (D). The contracted analyzer shall perform all the analytes at the annual estimated test volume as indicated below.



2022 ANNUAL ESTIMATED TEST VOLUME (REPORTABLE) - BHC MAKALAPA



TEST



QTY



TEST



QTY



TEST



QTY



ALBUMIN



4691



CREATININE



5592



POTASSIUM



3901



ALKP



4336



CREATINE KINASE



110



SODIUM



3896



ALT



4314



GGT



417



T3, FREE



83



AST



5338



GLUCOSE



5015



T4, FREE



1058



BICARBONATE



4002



BETA HCG



345



TOTAL PROTEIN



4292



BILIRUBIN, DIRECT



516



HDL



4099



TRIGLYCERIDES



4045



BILIRUBIN, TOTAL



4501



HBA1C



5801



TSH



4922



CALCIUM



4073



LDL



3959



UREA/BUN



5538



CHLORIDE



3895



MAGNESIUM



248



URIC ACID



313



CHOLESTEROL, TOTAL



4134



PHOSPHORUS



426



SYPHILIS SCREEN



1845











URINE CREATININE



1391





BHC Kaneohe Bay Requirements:



The contracted general chemistry analyzer shall be capable of completing a minimum of 375 tests per hour. The contracted analyzer shall fit within the following dimensions: 70 inches (H) x 58 inches (W) x 32 inches (D). The contracted analyzer shall perform all the analytes at the annual estimated test volume as indicated below.



2022 ANNUAL ESTIMATED TEST VOLUME (REPORTABLE) - BHC KANEOHE BAY



TEST



QTY



TEST



QTY



TEST



QTY



ALBUMIN



2515



CHLORIDE



2190



PHOSPHORUS



181



ALKP



2478



CHOLESTEROL, TOTAL



2166



POTASSIUM



2199



ALT



2373



CREATININE



2598



SODIUM



2190



AST



2594



CREATINE KINASE



100



TOTAL PROTEIN



2357



BICARBONATE



2190



GGT



185



TRIGLYCERIDES



2129



BILIRUBIN, DIRECT



420



GLUCOSE



2889



UREA/BUN



2592



BILIRUBIN, TOTAL



2642



HDL



2151



URIC ACID



142



CALCIUM



2253



LDL



2090











Periods of Performance



Base: 01 October 2023 - 30 September 2024



OPT1: 01 October 2024 - 30 September 2025



OPT 2: 01 October 2025 - 30 September 2026



OPT 3: 01 October 2026 - 30 September 2027



OPT 4: 01 October 2027 - 30 September 2028





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 PDT on 05 September 2023. No phone calls will be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE-SAN DIEGO 7700 ARLINGTON BLVD, ATTN WEST DIV
  • FALLS CHURCH , VA 22042
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 18, 2023 02:07 pm PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >