The RFP Database
New business relationships start here

Blood Bank System


Texas, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 
This is a sources sought announcement only. This is not a request for proposal. The 502d Contracting Squadron (502 CONS), JBSA-Lackland, TX, is seeking to locate companies capable of and interested in providing an blood bank system microprocessor-controlled automated immunohematology instrument used in vitro diagnostic testing of human blood.  The anticipated contract type will be a firm fixed-price, lease. The applicable NAICS code is 532490 (Medical Equipment Leasing) or 334516 (Analytical Laboratory Instrument Manufacturing). The Small Business Size Standard is 500 employees. The contract period is expected to be a base, one-year period with four (4) one-year option periods. The Government reserves the right not to exercise the option year periods. The start date of the contract will be on or about 1 January 2015.

 Scope of Work. The contractor shall provide equipment lease, maintenance with support service, and software updates for the an automated blood analyzer. Contractor tasks include, but are not limited to, preventative maintenance and services as required as a result of normal wear and tear, software updates, additions or modifications at no additional charge to facilitate its performance of services, replacement parts, unscheduled service within 48 hours of service call, unlimited telephone support at no additional charge, emergency telephone support 24 hours a day 7 days a week, certification by appropriate federal and state regulatory agencies to meet federal and local certification requirements in maintenance of equipment; and in the event of contingency, perform all required tasks to include continued service. The contractor shall submit reports and documentation, as required.

The equipment chosen to meet the mission requirements must be Food and Drug Administration approved and AABB requirements for testing and for licensure to ship blood products across state lines.  The system must have a bidirectional interface with CHCS (Composite Health Care System), ABO, Rh, antibody screen, syphilis and cytomegalovirus testing capabilities. The equipment must fit in the available space (20-25 sq. ft.), reagents must fit in available storage space (refrigerator vs. room temp), and have a walk-away operation utilizing no more than 0.5 Full Time Employee. Minimum sample volumes are plasma: 500µl, RBCs: 250 µl, Antibody ID: 750 µl. Other required specifications are Reader Operation: Image Analysis, Computer Processor: Intel Core 2 Duo, Memory: greater to or equal to 1GB, Drives: 1 DVD Drive, Monitor: Color, touch-screen, Interface: Bidirectional connection Serial RS232 or LAN (network).

Requested Information. The information which must be contained in your response to this sources sought is as follows:

1) Name and address of company
2) Point of contact with phone number and email address
3) Business size and socio-economic program (HUB Zone, 8(a), SDVOSB, etc)
4) Evidence of registration in SAM and provide CAGE Code or DUNs Number (www.sam.gov)
5) Evidence of representations and certifications on record through ORCA at www.orca.bpn.gov
6) Product/equipment specifications and capabilities

Respondents will not be notified of the results of the information; however, the contracting officer will utilize the information for technical and acquisition planning. All proprietary information not to be disseminated in Government documents must be clearly identified. Since this is a sources sought announcement only, no evaluation letters and/or results will be issued to the participants.

Your response to this sources sought announcement must be received by 11:00 am Central Time on 15 November 2014 and must be received via e-mail. Please ensure all attachments are limited to less than 5 MB and email your response to erin.mehaffie.2@us.af.mil.

Primary Point of Contact:
Erin Mehaffie
Contracting Office Address:
1655 Selfridge Avenue
Lackland AFB, Texas 78236-5253
United States
Place of Contract Performance:
JBSA-Lackland
San Antonio, Texas 78236
United States


 


Erin L. Mehaffie, Phone 2106712853, Email erin.mehaffie.2@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP