Skip to main content

An official website of the United States government

You have 2 new alerts

Coagulation Analyzer for Equipment, Supplies & Services - Santa Fe Indian Health Center (Name Brand)

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)
  • Original Published Date: Mar 11, 2024 09:50 am MDT
  • Original Response Date: Mar 15, 2024 12:00 pm MDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 30, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
  • NAICS Code:
    • 541380 - Testing Laboratories and Services
  • Place of Performance:
    Santa Fe , NM 87505
    USA

Description

SOURCES SOUGHT

BACKGROUND:

The Albuquerque Area Indian Health Service (AAIHS), Santa Fe Indian Health Center (SFIHC) Laboratory Department has a requirement for upgraded Coagulation testing equipment, supplies, and services.

Objective

To contract for fully automated Coagulation analyzer for equipment, supplies, and services for base plus 4 option years, with option to extend another year.; to minimize the laboratory testing time while maximizing our testing capacity; to be incompliance with all Federal, State, and Local regulations and requirements for Clinical Laboratory testing and those of Public Law 100-578, Section 353(c)(2).

PURPOSE/STATEMENT OF WORK:

Contractor will install analyzers and perform necessary validation testing required to conduct clinical laboratory testing in the Santa Fe Indian healthcare facility in accordance to Federal law and requirements.  Contractor will provide all necessary supplies to begin testing and provide written documentation of instrument acceptability and validation testing.  Contractor will provide initial training and if needed additional user training.  Contractor will provide reagents and supplies on a monthly basis and will ship items within a week of ordering reagents.  Contractor must ensure testing platform and reagents are FDA approved.  Contractor will install any new updates requiring updating. Contractor will assist interface connectivity with RPMS systems using HL7 interfacing. The contractor shall provide equipment, supplies and services for the testing services requested.  The contractor shall furnish Standard Operational Procedures, applicable regulations, manuals, texts, briefs and other materials associated with the project and the hardware/software noted throughout this SOW.  The contractor shall provide initial familiarization/orientation to laboratory personnel in addition to annual operators training for at least two key users.  The contractor shall include in cost all consumables necessary to perform testing.  The contractor shall provide a warranty on the instruments which should include replacement parts at no addition charge to the government.  The contractor shall provide technical support and be available for on-site support within 24 hours of service request. Contractor will sequester lots for at least 6 months. Contractor will provide the following list of Equipment, reagents and Products: supplies:

Equipment Information - Hemostasis

SYSMEX CA-660 10712039

CA-600 Series US Instrument Kit #1 10712041

CA-600 Series US Country Kit #2 10713011

Reagents

Innovin - Hemo - RGT - 10 x 4 ml (US) 10873566

Products: Supplies

CA CAL S - Hemo - CONS 10445861

CA Clean I - Hemo - CONS - 50 ml 10445689

CA Clean II - Hemo - CONS - 45 ml 10708787

Ci-Trol 1 - Hemo - CTL - 20 x 1 ml 10445731

Ci-Trol 3 - Hemo - CTL - 20 x 1 ml 10445733

Cups CONICAL Sysmex 4 ml - Hemo - CONS - 100 pcs 10449436

Reaction Tubes Sysmex CA - Hemo - CONS - 3000 cuvettes 10445687

Thermal paper CA - Hemo - CONS - 10 x paper roll 10873682

Trash Box Liner CA-600 - Hemo - CON - 10 pc

Specific Requirements:

Test Menu Requirements:

Must be capable of testing for the following assays:

  • Prothrombin Time (PT)

Analyzer Operational Requirements

  • Must be fully automated, walk-away option preferred
  • Must have random access
  • Must be interface-able with our LIS RPMS system
  • Closed-container sampling technology preferred
  • Internal Barcode reader with discrete sampling
  • Quality Control peer review and comparison of data program availability

Size and Space Requirements:

Albuquerque Area Indian Health Laboratories are limited on workspace and thus require automated clinical analyzers fall within the following dimensions:                                      

(H x W x D):                                                         48 x 48 x 48 (in)

Weight:                                                                < 50 lbs.

Power Requirements:                                    120 Volt or 240 Volts or 50/60 Hz

Data Management Requirements:

Must be capable of interfacing with the Data Innovations middleware and utilize HL7 format (ASTM protocol) and be bi-directional interfaced with the VA Laboratory Package 7.2 RPMS.

Deliverables:  In addition to the applicable technical requirements, the contractor shall need to provide the following:

  • The delivery, installation and use of the automated analyzer for clot-based and photometric testing
  • Uninterrupted Power Supply (UPS)
  • Service and Maintenance for instruments

Period of Performance:  Base plus + Four Option Years.

Records/Data:  All testing and service records will be considered government property and will be retain in accordance with Federal, State, and Local regulations.

HOURS OF OPERATION & PLACE OF DELIVERY:

All deliverables shall be delivered to the client no later than the date specified in the SOW unless otherwise agreed upon. Hours of installation will be M-F from 8:00 AM to 4:00 PM.

The Vendor shall include all associated shipping costs and provide shipping date information to the Contracting Officer’s Representative (COR) or Biomed listed.  The equipment shall be shipped to the following location:

                                            Santa Fe Indian Health Center

                                            Attn: Laboratory Department                        

                                            1700 Cerrillos Road

                                            Santa Fe, NM  87505

CONTRACTING OFFICER’S RESPRSENTATIVE (COR)/POINT OF CONTACT (POC):

The Contractor shall verify all equipment information and coordinate delivery with the COR as follows:

Celeste Denipah, celeste,denipah@ihs.gov, (505) 946-9329.

STATEMENT OF OBJECTIVES:     

  • Locate eligible and qualified Small Business Indian Firms to support IHS procurement needs under NAICS code: 541380 – Testing Laboratories.
  • Utilize the information received with future acquisition planning efforts and potential Buy Indian set aside. 

HOW TO RESPOND:

This is a sources sought notice under the authority of the Buy Indian Act. The Indian Health Service (IHS) is attempting to locate qualified and eligible Small Business Indian Firms, “Native American Indian Owned and Operated businesses,” that can provide services/supplies to the Indian Health Service.  This is a request for information only, this is not a solicitation.  Responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract.  Any information submitted by respondents to this notice is strictly voluntary with no obligation or incurred cost by the government.

Provide with response

  1. E-mail response.  Shall be in a printer friendly format, Word or PDF, 8x11 page size, 5-page limit.
  2. Certification as a Small Business Indian Firm. The government is ONLY interested in Small Business Indian Firms. (See attached Representative Form).
  3. The government requests that interested parties respond to this notice if applicable and identify your business status to the identified NAICS code. 
  4. Prospective vendors shall be properly registered in SAM.gov; this includes proper registration as a Small Business Indian Firm and if eligible, registered as applicable small business certifications (e.g. Hubzone, 8(a), Service Disabled Veteran Owned, Veteran Owned, Women-Owned, Small Disadvantaged), in order for IHS to issue an award and claim procurement actions with eligible Small Business Indian Firms.
  5. Provide detailed capabilities statement, website, and e-catalog as it pertains to 541380 – Testing Laboratories.
  6. Provide Unique Entity Identifier (UEI) created in SAM.gov registration.
  7. Identify Business Size:  Small Business Indian Firm, Small Businesses or a Large Indian-Owned Firm.
  8. GSA/FSS contract holders – provide GSA/FSS/VA or other GWAC contract number, only if applicable.

Contact Information

Contracting Office Address

  • 4101 Indian School Rd NE Ste 225
  • ALBUQUERQUE , NM 87110
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Mar 30, 2024 09:55 pm MDTSources Sought (Original)