Washington Bids > Bid Detail

Urine Analysis Testing for Naval Hospital Bremerton

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159249028250604
Posted Date: Dec 24, 2022
Due Date: Dec 28, 2022
Solicitation No: HT941023N0006
Source: https://sam.gov/opp/eb317df4f2...
Follow
Urine Analysis Testing for Naval Hospital Bremerton
Active
Contract Opportunity
Notice ID
HT941023N0006
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE HEALTH AGENCY (DHA)
Office
DEFENSE HEALTH AGENCY
General Information
  • Contract Opportunity Type: Special Notice (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Dec 23, 2022 03:56 pm PST
  • Original Response Date: Dec 28, 2022 03:00 am PST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
  • NAICS Code:
    • 325413 - In-Vitro Diagnostic Substance Manufacturing
  • Place of Performance:
    Bremerton , WA 98312
    USA
Description

THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT AND IS NOT A REQUEST FOR



COMPETITIVE QUOTES. The Defense Health Agency Contracting Activity (DHACA), Western Markets Contracting Division (WMCD), San Diego, intends to award a firm fixed price contract in accordance with Federal Acquisition Regulation (FAR) 13.3 Simplified Acquisition Methods and FAR 13.106‐1(b)(1)(i), only one source being available to meet the Government’s needs, to:





BECKMAN COULTER, INC.



250 S KRAEMER BLVD



BREA, CA 92821‐6232





The North American Industry Classification System (NAICS) code for this requirement is 325413 – Analytical Laboratory Instrument Manufacturing; the business size standard is 1,250 (in number of employees). The Product Service Code (PSC) is 6550 – In Vitro Diagnostic Substances, Reagents, Test Kits and Sets.





The objective of this sole source award is to procure urinalysis testing on a cost-per-reportable-result (CPRR) basis for Naval Hospital Bremerton. This CPRR program includes the equipment, service and consumables (all reagents, controls and calibrators necessary to operate the system, excluding paper, toner cartridges, tubes and bar code labels). A warranty service of 8 x 5 for the urine analyzer system is provided. The delivery date for this requirement is 31 December 2023.





Test Items:



CA/CB CHEMISTRY CONTROLS



IQ CALIBRATOR PACK



IRIS DILUENT PACK



IQ CONTROL/FOCUS SET



THERMAL PRINTER PAPER



IQ CALIBRATOR PACK



SPEC. GRAV CALIBRATOR SET-HIGH/LOW



S.G. CALIBRATOR



AUTION CHECK PLUS



IQ LAMINA



LEVEL 1 AND LEVEL 2 CONTROL BARCODE LABEL, PACKAGE



BODY FLUIDS CONICAL TUBES



IRIS SYSTEM CLEANSER PACK





Minimum Monthly Test Volumes:



-1200 tests on the Urine Chemistry Analyzer with an incremental 191 tests per month on the Urine Chemistry Analyzer



-1800 tests on the Microscopy Analyzer with an incremental 212 tests per month on the Microscopy Analyzer



-20 tests on the Body Fluids Module with an incremental 6 tests per month on the Body Fluids Module



-344 no-charge runs per month for controls and repeats above the minimum on the Microscopy.



-A test is considered one cycle of the instrument that increments the run counter.





Beckman Coulter, Inc. is an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor or authorized reseller for the proposed urinalysis testing with equipment, service and consumables requirement such that OEM warranty and service are provided and maintained by the OEM. All software licensing, warranty and service associated with the equipment/system shall be in accordance with the OEM terms and conditions.





This notice of intent is not a request for Expressions of Interest (EOIs), proposals or quotations. No solicitation document exists for the requirement and no telephone inquiries will be accepted. No contract award will be made on the basis of EOIs, proposals or quotations received in response to this notice.





Interested persons may identify their interest and capability to respond to the requirement, and should furnish detailed data concerning their capabilities to provide the services sought including pricing data and technical data sufficient to determine that a comparable source to the government is available. The Government will be the sole determiner regarding an offeror’s ability to meet all requirements.





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.





EOIs sent via Federal Express or hand carried will not be accepted. EOIs may be submitted via email to kennette.m.esguerra.civ@health.mil and christopher.j.shaw26.civ@health.mil. The email must clearly identify this notice and the name of the point of contact on the first page. Submitters bear the burden of ensuring that the EOI reaches the designated point of contact above on time and should allow a reasonable time for emails to be received. All information must be received before the deadline specified below and any information received after the deadline will not be considered. The submitter bears the risk of non-receipt of emails and should confirm by telephone that any email was received.





This purchase will be under Simplified Acquisition Methods as authorized under FAR 13.302. The anticipated award date is 30 December 2022. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Ms. Kennette Esguerra, 210-792-6140, kennette.m.esguerra.civ@health.mil and Mr. Christopher Shaw, 619-532-8112, christopher.j.shaw26.civ@health.mil. Closing date for challenges is no later than 0800 PST on 28 December 2022.





NO TELEPHONE REQUESTS/OFFERS WILL BE HONORED.


Attachments/Links
Contact Information
Contracting Office Address
  • CONTRACTING OFFICE-SAN DIEGO 7700 ARLINGTON BLVD, ATTN WEST DIV
  • FALLS CHURCH , VA 22042
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 23, 2022 03:56 pm PSTSpecial Notice (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >