Hawaii Bids > Bid Detail

Two (2) Clinical Chemistry/Immunoassay Analyzers, Reagents, Consumables, QC, Maintenance at Branch Health Clinics Makalapa & Kaneohe Bay, Hawaii

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159910493965484
Posted Date: Dec 1, 2023
Due Date: Dec 18, 2023
Source: https://sam.gov/opp/e094a5b910...
Follow
Two (2) Clinical Chemistry/Immunoassay Analyzers, Reagents, Consumables, QC, Maintenance at Branch Health Clinics Makalapa & Kaneohe Bay, Hawaii
Active
Contract Opportunity
Notice ID
HT941024N0017
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 01, 2023 08:34 am PST
  • Original Response Date: Dec 18, 2023 08:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jan 02, 2024
  • 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 two (2) analyzers, laboratory, clinical chemistry/immunoassay [20- 821], reagents, quality control, maintenance, and consumables for Naval Health Clinic (NHC) Hawaii. One (1) clinical chemistry/immunoassay analyzer shall be for Branch Health Clinic (BHC) Makalapa, and one (1) clinical chemistry/immunoassay analyzer shall be for BHC Kaneohe Bay. The contracted analyzers shall be capable of performing general chemistry, special chemistry, immunoassay, and screening for electrolytes, therapeutic drugs, drugs of abuse, toxicology, diabetes, hepatic diseases, thyroid diseases, cardiac diseases, anemia panels, and autoimmune diseases, as defined below. 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 platform 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.



BHC Makalapa Requirements:



The contracted analyzer shall be capable of completing a minimum of 1,000 tests per hour. The contracted analyzer shall fit within the following dimensions: 52 inches (H) x 122 inches (W) x 52 inches (D). The contracted analyzer shall perform the annual estimated test volume as indicated in the attached Notice. The contracted analyzer shall also include FT3, FT4, and HCG, B at no cost, as needed.



BHC Kaneohe Bay Requirements:



The contracted analyzer shall be capable of completing a minimum of 375 tests per hour. The contracted analyzer shall fit within the following dimensions: 50 inches (H) x 100 inches (W) x 34 inches (D). The contracted analyzer shall perform the annual estimated test volume as indicated in the attached Notice. The contracted analyzer shall also include FT3, FT4, and HCG, B at no cost, as needed.



1. Equipment



a. The analyzers shall utilize liquid, ready-to-use reagents and shall not require the manipulation/reconstitution of reagents for testing

b. The analyzers shall not require major facility changes beyond electrical.

c. The analyzers shall be capable of adding new third party tests.

d. The analyzers shall be capable of utilizing the following sample types without the need for the following pre-treatments: serum, plasma, urine, and cerebrospinal fluid (CSF).

e. The analyzers shall be capable of automatic quality control (QC) and automatic calibration

f.The analyzers shall be capable of pre-calibrating and storing at least two (2) lots onboardthe unit.

g.The analyzers shall have sufficient onboard storage to accommodate daily workload asoutlined above.

h.The analyzers shall complete STAT (urgent) requests in, at most, 60 minutes.

i.The analyzers shall be capable of auto-dilution.

j.The analyzers shall be capable of utilizing sample tube bar codes for accurate sampleidentification.

k.The analyzers shall be capable of interfacing with the Composite Health Care System(CHCS) laboratory information management system.

l.The analyzers shall include programmable panels to accommodate in-house needs.

m.The analyzers shall be capable of starting up without priming or washes.

n.The analyzers shall be capable of external data storage in compliance withNavy/Department of Defense (DoD) Information Assurance (IA) regulations.

o.The analyzers shall include an uninterruptible power supply (UPS) that is compatiblewith all system components, is capable of conditioning the power to the system, andallows the system a minimum of 30 minutes run time in case of a power outage.

p.The power requirement is 250 VAC, 60 Hz, 30 Amps, single phase.Periods of Performance Base: 01 January 2024 - 30 June 2024 OPT1: 01 July 2024 - 31 December 2024 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 Nicole Ventinilla at nicole.e.ventinilla.civ@health.mil. Closing date for challenges is no later than 0800 PST on 18 December 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
  • Dec 01, 2023 08:34 am PSTSources 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 >