Analyzer Lease, Reagents, and Consumables
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 08, 2023 01:55 pm CST
- Original Response Date: Mar 13, 2023 03:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: Fort Leonard Wood , MO 65473USA
Description
This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored.
The Medical Readiness Contracting Office-West, Fort Hood, TX, has an upcoming requirement to solicit for and award a contract to provide for the following: Immuno-Chemistry Analyzers lease, reagent tests (Cost per Test), and Consumables for Leonard Wood Army Community Hospital (GLWACH), Fort Leonard Wood MI 65473. This request is anticipated to result in a Firm Fixed-Priced contract. The type of solicitation to issue will be based upon the responses to this synopsis. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees’, regarding this requirement is strictly prohibited.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these supplies. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors.
The North American Classification System (NAICS) code for this requirement is 334516 Analytical Laboratory Instrument Manufacturing.
The Small Business Size Standard is 1,250 number of employees.
Responses to this Sources Sought Notice should demonstrate the firm’s ability, capability, and responsibility to provide and deliver the products listed below. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 3 pages and shall include the following information:
•Offeror’s name, address, point of contact, phone number, and e-mail address.
•Offeror’s interest in providing a proposal/quote on the solicitation when it is issued.
•Offeror’s capability to provide the products being requested.
Any interested offeror should understand all of the items that are needed for the specific Government requirement.
OFFEROR MUST BE ABLE TO DELIVER THE ITEMS TO LEONARDWOOD ARMY COMMUNITY HOSPITAL, FORT LEONARD WOOD, MISSOURI 65473.
•For reference at a minimum the proposed offeror must be able to provide the following item(s):
One (1) fully automated integrated platform, discrete random access immunohematology analyzer, three (3) fully automated integrated platform, discrete random access immunoassay analyzer system, training, supplies, reagents, unscheduled maintenance, preventive maintenance for the equipment and telephonic assistance. Contractor shall include delivery, installation, all calibrators/standards, reagents/reagent packs, and quality control materials necessary to perform the initial method validation per CLIA/NCCLS QM guidelines and analyzer removal at the termination of the contract.
Test that shall be on the instrument at all times
ABO/Rh Weak D Antibody Screen
Test must be approved by the FDA for plasma as well as serum samples
ABO/Rh Weak D Antibody Screen
Mandatory Tests for Analyzer System: Test Must be Approved by the FDA for serum/plasma samples
Measles IgG Rubella IgG Varicella IgG
Mumps IgG MMRV Vit D-25OH
Treponema/RPK Heps EBV IgM VCA IgG
Hepatitis A Total Hepatitis IgM Hepatitis B S Ag
Hepatitis B S AB Hepatitis B C AB Hepatitis B C IgM
Hepatitis C AB QuantiFERON
Annual Volume-Core Laboratory
Test name Base Year/Option 1/Option 2/Option 3/Option 4Y
ANA Screen 600 600 600 600 600
Measles IgG 24000 24000 24000 24000 24000
Rubella IgG 24000 24000 24000 24000 24000
Varicella IgG 24000 24000 24000 24000 24000
Mumps IgG 24000 24000 24000 24000 24000
EBV IgG 300 300 300 300 300
EBV IgM 300 300 300 300 300
Treponema 1300 1300 1300 1300 1300
Vit D-25OH 3800 3800 3800 3800 3800
HAV Total 25000 25000 25000 25000 25000
HBS AB 25000 25000 25000 25000 25000
HAV IgM 2500 2500 2500 2500 2500
H B C AB 1700 1700 1700 1700 1700
HBC IgM 2500 2500 2500 2500 2500
HBsAG 5200 5200 5200 5200 5200
HCV 4300 4300 4300 4300 4300
VCA IgG 300 300 300 300 300
Quantiferon 5200 5200 5200 5200 5200
Offeror’s capability to perform a contract of this magnitude and complexity (include offeror’s capability to provide for the following Immuno-Chemistry Analyzers, Reagents, and consumables Leonard Wood Army Community Hospital (GLWACH), Fort Leonard Wood MI.
Documentation of appropriate products must be presented in sufficient detail for the Government to determine that your company possesses the necessary means to compete for this acquisition.
Offeror’s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability.
Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government.
Interested Offeror shall respond to this Sources Sought Notice no later than 13 March 2023 at 3:00 P.M Central Standard Time. All interested businesses must be registered in the System for Award Management (SAM) at https://sam.gov to be eligible for award of Government contracts. Email your response to Fredicinda Jones, Contract Specialist: fredicinda.d.jones.civ@health.mil. Telephonic inquiries will NOT be honored. EMAIL IS THE ONLY CURRENT METHOD FOR CONTACT.
Attachments/Links
Contact Information
Contracting Office Address
- MEDICAL READINESS CONTR OFFICE WEST 3160 MCINDOE BLDG1103
- JBSA FT SAM HOUSTON , TX 78234-4504
- USA
Primary Point of Contact
- Fredicinda D. Jones
- fredicinda.d.jones.civ@health.mil
Secondary Point of Contact
History
- Mar 28, 2023 10:58 pm CDTSources Sought (Original)