Oklahoma Bids > Bid Detail

Fixed Cost Per Reagent for Leased Blood Bank Analyzers and Reagents for Reynolds Army Health Clinic (RAHC), at Fort Sill, Oklahoma

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159273038552829
Posted Date: Jun 6, 2023
Due Date: Jun 12, 2023
Solicitation No: PANHCA23P0000-005923
Source: https://sam.gov/opp/08d91112b4...
Follow
Fixed Cost Per Reagent for Leased Blood Bank Analyzers and Reagents for Reynolds Army Health Clinic (RAHC), at Fort Sill, Oklahoma
Active
Contract Opportunity
Notice ID
PANHCA23P0000-005923
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
MEDCOM
Office
W40M USA HCA
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-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Jun 06, 2023 04:43 pm CDT
  • Original Response Date: Jun 12, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Jun 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
  • NAICS Code:
    • 325413 - In-Vitro Diagnostic Substance Manufacturing
  • Place of Performance:
    Fort Sill , OK 73503
    USA
Description

Notice Type: Sources Sought for Market Research Purposes Only.



Synopsis:



The purpose of this sources sought notice is to determine if responsible small or large business sources exist capable of fulfilling the needs identified in this effort, for market research purposes only. The proposed North American Industry Classification System (NAICS) Code is 325413 with a corresponding NAICS Size Standard of 1,250 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a) Program, Service-Disabled Veteran-Owned Small Business (SDVOB) Procurement Program, HUBZone Program, and Women-Owned Small Business (WOSB) Program concerns IAW FAR 19.203.



The Medical Readiness Contracting Office - West, Fort Sam Houston, Texas, is seeking potential sources to two (2) leased automated Blood Bank Analyzer Systems and Reagents supplies which performs the full range of immunohematology testing and blood bank reagents for testing ABO/Rh blood types.



The hospital requires analyzer systems and reagents (including equipment, warranty covered maintenance, and support at no extra cost to the Government) in support of Reynolds Army Health Clinic (RACH), Fort Sill, Oklahoma. The Contractor shall be responsible for furnishing warranty covered maintenance, services, repairs, and parts that are required to maintain the systems in optimal operating condition. The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items necessary to perform services as described in the PWS and associated contract documents, except for those items specified in Part 3 Government Property and Services. The Contractor shall perform to the standards and acceptable quality levels identified in this PWS and associated contract documents. (See attached PWS with Salient Characteristics)



Base Period of Performance duration will be from 01 October 2023 to 30 September 2024 plus one (1) option year.

Base Year: 01 October 2023 thru 30 September 2024

Option Year 1: 01 October 2024 thru 30 September 2025



Brand Name or Equal to the following:



ORTHO VISION®, BioRad infinity, or BioRad IH-500, warranty Service Package included.




  • Two blood bank analyzers with required features:

    • Table-top analyzer with dimensions that are approximately equal to the following dimensions and can safely fit in the allocated footprint:

      • 76 inches width

      • 38 inches depth








  • Fully automated, up to 24 hour walk-away time.

  • Walkaway shutdown and restart capability.

  • Onboard reagent monitoring.

  • Ease of maintenance.

  • All supplies and services must be supplied through a single contractor, to whom the contract is awarded, to include any parts, equipment, or supplies not manufactured, provided, or serviced by Contractor.

  • The analyzer must be self-contained with no additional hard plumbing requirements.

  • Prefer a high-throughput analyzer capable of performing up 20,000 ABO/Rh group tests per year. RAHC does not perform antibody screening or weak D testing.

  • Sample types are submitted using the pink or purple top EDTA tubes.

  • The power outlet currently being used is a 110 V dedicated outlet.

  • The analyzer must have continuous loading access due to the high-volume workload requirement at RAHC.

  • We prefer the instrument to have on-board reagent storage that can run greater than 200 samples without having to reload reagents on the analyzer.

  • Vendor must supply an analyzer capable of bench top installation.

  • A reasonable return policy must include time for reagent orders to be verified before being accepted. Should the Government find a discrepancy and/or reject the item, the vendor will accept the reagent at no charge to the Government.

  • It is the responsibility of the vendor to submit invoices to WAWF within a reasonable timeframe, not to exceed 6 months after services performed.

  • RAHC will require two primary analyzers.

  • The analyzers will have an interface that is compatible to the government system (CERNER, MHS Genesis) and will be able to recognize MHS-Genesis generated bar-code labels on primary sample tubes. Automated/semi-automated systems to support pre- and/or post-analytical processing of specimens (as appropriate).

  • These systems must be in the form of System-style platform(s). Full, walk-away, automation instrument, (i.e., an automation/robotic line) dependent on laboratory space constraints.

  • The system must not require remote communication to outside sources to be functional.

  • The Contractor must provide initial on-site operator training to all technicians assigned to the Government site normally assigned to perform the associated testing prior to implementation of the analyzer for patient testing. In addition, the Contractor must provide training for two (2) primary (key) operators, per major analyzer and automated system at the Contractor's training site at no additional cost to the Government (including transportation airfare, rental car, per diem, etc.) prior to implementation of the analyzer. All on-site training must include basic analyzer operation, troubleshooting procedures, performance of operator-level periodic preventive maintenance procedures, and use of any data management / quality control software. The Contractor must provide one primary (key) operator training slot per major analyzer and automated system per contract year, at the Contractor's training site, at no additional cost to the Government (including transportation airfare, rental car, per diem, etc.). The Contractor may charge the Government only for training services that exceed the requirements for a given contract year. If training for the two (2) primary (key) operators is not offered at the contractor’s site, then the same training can be substituted with on-site training at no additional cost to the Government.

  • The manufacturer shall furnish the laboratory analyzer(s), data management system, all other equipment, blood bank reagents, supplies and consumables necessary to operate the manufacturer's equipment. The Contractor shall be responsible for furnishing equipment maintenance, preventive services, unscheduled repairs, and parts as required to maintain the systems in optimal operating condition as well as training for government personnel necessary to fully perform testing in accordance with vendor specifications.

  • The blood bank analyzers must have an existing approved Authorization to Operate (ATO) on the government network, DHA MHS Genesis, in order to prevent unacceptable delays in fulfilling RAHC’s healthcare mission requirements.




  • All blood bank reagents and supplies required to perform patient testing.

  • All equipment, maintenance, and support at no extra cost to the Government.

  • Maintenance, services, repairs, and parts as required to maintain the systems in optimal operating condition.

  • All equipment to include the blood bank analyzers must be provided via leasing agreement.

  • We are requesting a base plus one (1) option year contract.

  • Prefer a Standing Order Fixed Cost Per Reagent (CPT) contract.





This requirement is expected to result in the award of a single Firm-Fixed Price contract.



The anticipated period of performance is a base year with one option year. This is a follow-on requirement to the previous contract no. W81K00-18-P-0498.



Contractors responding to this sources sought notice are advised their response does not ensure participation in future solicitations or contract awards. The Government will not reimburse any company or individual for any expense associated with preparation or participation in this research. Interested parties should e-mail responses to john.c.finkenstadt2.civ@health.mil by the date identified below.



Contractor responses should include:




  1. The size of your business with regard to North American Industry Classification System (NAICS) code 325413 per the standard described in Federal Acquisition Regulation (FAR) Part 19.102 (FAR available at www.acquisition.gov).

  2. If you believe this procurement action should be performed under a different NAICS code, please recommend an alternate NAICS code and the rationale for the alternate code.

  3. Recommended proposal schedule (Contract Line item) and invoicing terms

  4. Company name, DUNS, CAGE, Contact information.

  5. Submit no later than 3:00 CST, 12 June 2023.





Contracting Office Address:

Medical Readiness Contracting Office-West (MRCO-W), 3160 McIndoe Road, JBSA Fort Sam Houston, Texas, 78234





Place of Performance:

Reynolds Army Health Clinic- (RAHC), Building 4301, Wilson Street Fort Sill, Oklahoma 73503 (See attached PWS)



Attachment: Performance Work Statement


Attachments/Links
Contact Information
Contracting Office Address
  • REGIONAL HEALTH CONTRACT OFF CENTRA 2539 GARDEN AVENUE
  • JBSA FT SAM HOUSTON , TX 78234-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jun 06, 2023 04:43 pm CDTSources 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 >