SPECIAL NOTICE
65 -- Notice of Intent to Sole Source- Hematology Analyzer
- Notice Date
- 1/24/2023 3:12:10 PM
- Notice Type
- Special Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- DEFENSE HEALTH AGENCY FALLS CHURCH VA 22042 USA
- ZIP Code
- 22042
- Response Due
- 1/31/2023 11:00:00 AM
- Point of Contact
- Christopher Comish
- E-Mail Address
-
christopher.j.comish.civ@health.mil
(christopher.j.comish.civ@health.mil)
- Description
- NOTICE OF INTENT TO SOLE SOURCE TO Sysmex America, Inc. (CAGE 09MC6) (UEI RCK2KP74XJF1). The Defense Health Agency (DHA) intends to award on a single source basis with Sysmex America, Inc., under the authority of FAR 13.106-1(b)(1)(i), Soliciting from a Single Source, for a Hematology Analyzer. The contractor shall provide Minot AFB laboratory with one Hematology Analyzer that is compatible with MHS GENESIS and meets all DHA Cybersecurity RMF Requirements. The contractor must read, agree to and adhere to the timelines listed in the DHA Cybersecurity RMF Requirements listing to include documentation (completed within 4 months of contract award) and technical requirements (completed within 6 months of contract award). Delivery and payment will be precluded until RMF requirements are met. The contractor shall furnish all labor,tools, and preventive parts, materials, equipment, qualified personnel, administrative support, reagents, controls, calibrators, and transportation necessary to perform the services for the Hematology Analyzer, as part of cost per test lease agreement. It shall include all systems, subsystems components, and assemblies which were part of the original system purchased. All subsequent maintenance provisions shall apply to hardware, firmware, and software as appropriate, unless otherwise stated for the period of 1 Mar 2023 � 28 Feb 2024 with 4 optional years. The analyzer shall be located in the 5th Medical Group Laboratory, Bldg. 194, Rm 1A3, Minot AFB, ND. NOTE: All service,supplies and maintenance service shall be covered under the cost per test lease agreement for one (1) Hematology analyzer with a workload of 400 CBCs w/Diff permonth. The equipment must have a bar code reader and interface capability with Medical Health Services GENESIS (MHS GENESIS), Laboratory Information System (LIS) for the Minot Laboratory. � Closed-tube and open-tube modes for sampling (Cap piercing technology and multipletube size flexibility) � Footprint not to exceed a size of 30 in depth x 30 in width x 34 in height � Testing capacity of at least 50 samples/hr and require < 200ul sample aspiration volume � The instrument must require minimal routine daily maintenance and minor monthlymaintenance which includes utilization of the following features: - Fully automated start-up and shut down (minimal user intervention via software) - Self-cleaning blood sampling probe - Parts that provide ability for facility personnel to perform minor maintenance oninstrument (example: pull apart tubing, minor adjustments, needle removal/replacement,etc.) - Cleaning agent which eliminates the need for routine cleansing or bleaching - Fully encased needle assembly - Daily maintenance <=5 minutes and minor additional (monthly, quarterly, annual, etc. at<=30 minutes cumulatively). � Must have linearity for WBCs up to 400,000, RBCs up to 7,000,000, and Platelets up to3,000,000. � Must have internet website capability for future upgrade possibility. � Analyzer must have single aspiration probe to alleviate the recurring need for mode-to-mode correlation studies. � The testing platform must report at minimum, 16 whole blood parameters to include a 5-point automated differential. � Instrument autoloader with walk away technology. � Uninterrupted Power Supply (UPS) for power protection and uninterrupted testing. � Meet sample and reagent carryover and reproducibility requirements A review of the approved MHS Genesis listings by 5 MDG revealed that Sysmex is the only contractor on the listing to provide a Hematology Analyzer device that meets the above specifications required by 5 MDG. The Government intends to acquire these services using the provisions, clauses, and procedures prescribed in FAR Part 12 and FAR Part 13. The North American Industry Classification System (NAICS) code for this acquisition is 334516, and the size standard is 1,000 employees. A determination by the Government whether to compete the proposed requirement based upon responses to this notice is solely within the discretion of the Government. Information received from all responsible sources will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. This notice of intent is not a competitive Request for Quotation (RFQ). No solicitation package will be publicly issued. Information received from all responsible sources will normally be considered solely for the purpose of determining whether to conduct a competitive procurement in the future. Inquiries will only be accepted via e-mail to Christopher Comish at christopher.j.comish.civ@health.mil. No telephone requests will be honored. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/167dff2c581c43cca50ee6d0e7ce119a/view)
- Place of Performance
- Address: Minot AFB, ND 58705, USA
- Zip Code: 58705
- Country: USA
- Zip Code: 58705
- Record
- SN06571522-F 20230126/230124230104 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |