The RFP Database
New business relationships start here

FA7000-18-R-0002 Sources Sought - Coagulation Analyzers. Cost Per Reportable Results and Services


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

SOURCES SOUGHT SYNOPSIS

This announcement (FA7000-18-R-0002) serves as a Sources Sought Synopsis issued for the purpose of market research in accordance with Federal Acquisition Regulation (FAR) Part 10 for an upcoming acquisition at the United States Air Force Academy.


This sources sought is issued solely for information and planning purposes and does not constitute a solicitation. DO NOT submit a quote or proposal in response to this sources sought synopsis.


For the purpose of this acquisition, the North American Industry Classification System Code (NAICS) is 334516 Analytical Laboratory Instrument Manufacturing and the business size standard in number of employees is 1,000.


The purpose of this notice is to identify potential sources that are capable and qualified to provide three (3) compatible, fully automated random access coagulation analyzers capable of performing clotting, chromogenic and immunological assays (see attached Coagulation Analyzer Test Requirement Description, Table 1 for complete list). Each analyzer must be adapted for and must meet the specific laboratory testing workload and workflow for Evans Army Community Hospital, Fort Carson (two analyzers) and 10th Medical Group, United States Air Force Academy (USAFA) (one analyzer). The Coagulation Analyzers shall provide a cost per reportable result based on the number of patients listed for each mandatory test (see attached Coagulation Analyzer Test Requirement Description, Table 1 for complete list). All businesses capable of providing the coagulation analyzers, cost per reportable results and associated incidental services, are invited to respond. Interested small business vendors must reference their 8(a), HUB Zone, Women-owned, or Service Disabled Veteran status, if applicable. This must be signed by a company officer with authority to bind the company.


This will be a one (1) year base period with four (4) one (1) year option periods.


All potential offerors are reminded, in accordance with FAR 52.212-4(t)(4), System for Award Management, lack of registration in the System for Award Management (SAM) will make an offeror ineligible for contract award. Offerors and Contractors may obtain information on registration and annual confirmation requirements via SAM accessed through http://www.sam.gov. Any information provided by industry to the Government as a result of this sources sought synopsis is voluntary. The Government will not pay for any information submitted in response to this sources sought synopsis.


The Government intends to award a firm fixed price purchase order processed in accordance with FAR 12 and 13.


Delivery is FOB Destination to USAF Academy, CO 80840.


The specifications for this requirement are attached, see Coagulation Analyzer Test Specification/Description for complete description of the requirements. Comments and/or suggestions on the specifications are encouraged and can be included in your capabilities package.


Interested businesses shall provide the following information:

1. Company name, mailing address, cage code, DUNS number, point of contact, telephone number and email address.


2. Business size status, e.g., 8(a), Woman Owned or Service Disabled Veteran-Owned, small business, large business, etc.


3. Appropriate written information and/or data supporting your capability to provide coagulation analyzers, cost per reportable results and associated incidental services. Also, if there are any concerns or recommendations regarding the specifications, please provide them so they can be addressed.


4. Answers to the following questions: (include questions below as applicable, otherwise delete. Add any questions specific to the acquisition not included below).


a. Is instrument/vendor Department of Defense Information Assurance Certification and Accreditation (IACAP) approved by Air Force to attain Composite Health Care System (CHCS) interface?


b. Can you provide instruments that provide mechanical, chromogenic, and immunological methodology?


c. Can you provide an instrument with a minimum throughput of 30 Prothrombin Time (PT), 20 Activated Partial Thromboplastin Time (aPTT), 10 Fibrinogen, and 10 D-Dimer tests per hour with both open mode (manual sampling) and closed mode sampling?


d. Can you provide an instrument with a minimum throughput of 50 tests per
hour, with all sample and calibrator dilutions performed automatically?


e. Can you provide instruments that have an established driver compatible for
interfacing with CHCS?


f. Can you provide instruments with a startup from shutdown less than 20
minutes?


g. Can you provide all "REQUIRED ASSAYS"? If not, please identify those assays.


h. Can the reagent packs be moved between instruments?


i. Does the Quality Control (QC) software have a large capacity to store graphics and results, cumulative patient reports and quality control files with statistics for at least 2 years? Is all of that data available to the user?


j. Does the QC software provide the capability to write user defined Westgard QC rules?


k. Does the data management system have a user friendly "windows based"
interface that includes a data management system for operational control of
the analyzer system, management of the QC program, on-instrument useful life of the reagents/reagent packs, and management of patient results?


l. Are all "REQUIRED ASSAYS" Food and Drug Administration (FDA) approved for use in the clinical laboratory?


m. Can the vendor provide emergency services to both sites, with telephonic
contact from the service technician within 60 minutes of notification, and
on-site service within 24 hours of telephonic contact, and have the
instrument operational within 48 hours of telephonic contact?


n. Does the service technician have the ability to be on-site within 24 hours
of initial notification?


o. Can the vendor provide delivery, installation, and a fully functional "ready
to test" analyzer within 45 days of award?
Any offerors believing they can provide the coagulation analyzers, cost per reportable or cost per tests results and associated incidental services that meet the requirement described in the attached Coagulation Analyzer Test Specification/Description may provide evidence for consideration. Evidence must support the offeror's claim that they can provide the requirement. All qualified sources may submit a response, which if received timely, will be considered by this agency. Information received will be considered solely for the purpose of determining whether a competitive procurement can be conducted. A determination not to compete this proposed procurement based on responses to this notice is solely within the discretion of the Government. Responses must be received NLT 4:00 p.m. MST on 28 September 2018. Responses received after this date, will not be considered.


Questions should be addressed to the Primary POC: Pamela Reimers, Contract Specialist, (719) 333-4493 or send via e-mail to pamela.reimers@us.af.mil. Alternate POC is Chad Miller, Contracting Officer, (719)-333-3829, chad.miller.24@us.af.mil.


5352.201-9101 OMBUDSMAN (JUN 2016)
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.


(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).


(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman,

James Anderson
8110 Industrial Drive, Ste 103
USAFA, CO 80840
Telephone number 719-333-2704
FAX 719-333-9103
Email: james.anderson.72@us.af.mil

Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

(End of clause)


Pamela A. Reimers, Phone 7193334493, Email pamela.reimers@us.af.mil - Chad D Miller, Phone 7193332799, Email chad.miller.24@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP