Notice of Intent to Sole Source - Hematology Analyzer
General Information
- Contract Opportunity Type: Special Notice (Updated)
- Updated Published Date: Mar 04, 2022 09:24 am PST
- Original Published Date: Mar 03, 2022 08:51 am PST
- Updated Response Date: Mar 18, 2022 04:30 pm PDT
- Original Response Date: Mar 18, 2022 04:30 pm PDT
- Inactive Policy: 15 days after response date
- Updated Inactive Date:
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6632 - ANALYSIS INSTRUMENTS, MEDICAL LABORATORY USE
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: 96929GUM
Description
Notice of Intent to Sole Source
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR
COMPETITIVE QUOTES. Reference#: HT941022N0002. Defense Health Agency intends to award a firm fixed
price contract under the authority of FAR 13.106-1(b)(1)(i), only one source being available to meet the
Government’s needs, to:
MEDPHARM
136 Kayne Chando
Dededo, Guam 96929
The North American Industry Classification System (NAICS) code for this requirement is 334516; the business size
standard is $22.0 (millions of dollars). Product Service Code (PSC) is 6632 Analysis Instruments Medical
Laboratory Use.
The objective of this sole source award is to procure a hematology and body fluid analyzer, with instrument
validation, intra-analyzer correlation, linearity and repeatability studies, initial and ongoing training, annual services
agreement, consumables and controls for Navy Medicine Readiness and Training Command (NMRTC) Guam.
The automated hematology and body fluid analyzer will be used to perform STAT and routine hematology and body
fluid testing, including the following analytes: EBC, RBC, HGB, HCT, MCV, MCH, MCHC, BLT (PLT-I),
NRBC%, NRBC#, RDW-SD, RDW-CV, MPV, and RETICULOCYES count. In addition, the analyzer must
provide improved differentiation of blast cell and abnormal lymphocyte flagging; no reportable parameters. All
equipment, service, and consumables (all reagents, controls, and calibrators necessary to operate the system,
excluding paper, toner cartridges, tubes and bar code labels) must be provided by the contractor. Annual estimated
workload is 45,000 reportable tests. The shipping schedule must include all reagents, controls, rinse additives, and
calibrators necessary to support the proposed workload, divided into two annual shipments. Shipments must
maintain the optimal shipping and storage temperature and all consumables must have at least a 12-month self-life
upon arrival.
Hematology and body fluid analyzer minimum salient characteristics are provided in Attachment A – Specifications.
Additional minimum requirements:
ATO and system interoperability:
Hematology and body fluid analyzer must have an existing Authority to Operate (ATO), must be compatible with
existing facility laboratory information systems and Military Health System (MHS) Genesis.
Onsite Technical Support:
The contractor must support the requirement with a local (on island) qualified service technician capable of
performing maintenance and service on the analyzer as required by the manufacturer. Onsite service must be
provided Monday through Friday 8:00am to 5:00pm local time and include all parts and labor necessary to maintain
the analyzer in accordance with the Original Equipment Manufacturer’s (OEM) specifications. Onsite service must
be provided within 24 hours of the Government’s request for services.
Training:
Annual training must be provided by qualified OEM Technical Service Personnel. Training must include basic
operation, maintenance, and troubleshooting of the analyzer.
System Requirements:
Hematology and body fluid analyzer must meet all Clinical Laboratory Improvement Amendments (CLIA), College
of American Pathologists (CAP), and the U.S Food and Drug Administration (FDA) requirements.
Based on market research, MEDPHARM is the only source that can meet the Government’s minimum requirements
to provide all reagents, controls, calibrators, training, and onsite OEM certified maintenance technicians for a
hematology and body fluid analyzer with an existing ATO at NMRTC Guam.
This notice of intent is not a request for competitive proposals and no solicitation document exists for the
requirement. Sources interested in responding to this notice are required to submit a capability statement that
includes management and technical data and cost information, in sufficient detail and with convincing evidence that
clearly demonstrates the capability to provide the required equipment, consumables, and onsite OEM certified
technicians for NMRTC Guam. Capability statements shall not exceed 6 (8.5 x 11 inch) pages using a font size no
smaller than 10-point. All capability statements received by the due date of this notice will be considered by the
Government. A request for documentation or additional information or submissions that only ask questions will not
be considered as an affirmative response. 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 or to proceed with a sole source purchase
order.
Capability statements are due by 1630 Pacific Time, 18 March 2022. Capability statements shall be submitted by email
ONLY as a Microsoft Word or Adobe PDF attachment to the following address: jonny.k.nguyen.civ@mail.mil
. The email subject line shall state, “NMRTC Guam NOI HT941022N0002.”
NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED
Attachments/Links
Contact Information
Contracting Office Address
- HCD WEST 7700 ARLINGTON BLVD, ATTN WEST DIV
- FALLS CHURCH , VA 22042
- USA
Primary Point of Contact
Secondary Point of Contact
History
- Oct 10, 2022 08:56 pm PDTAward Notice (Original)
- Apr 02, 2022 08:56 pm PDTSpecial Notice (Updated)
- Mar 03, 2022 08:55 am PSTSpecial Notice (Updated)
- Mar 03, 2022 08:51 am PSTSpecial Notice (Original)