Federal Bid

Last Updated on 06 Mar 2020 at 4 AM
Special Notice
Houston Texas

Diagnostica Stago Sta-R Evolution Coagulation Analyzer Consumables

Solicitation ID W81XWH20R0012
Posted Date 03 Feb 2020 at 2 PM
Archive Date 05 Mar 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W4pz Usa Med Rsch Acquis Act
Agency Department Of Defense
Location Houston Texas United states 78234

THIS IS A NOTICE OF INTENT TO AWARD A SOLE-SOURCE CONTRACT AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.

The United States Army Medical Research Acquisition Activity (USAMRAA), Fort Detrick, Maryland in support of the US Army Research Institute of Surgical Research (USAISR), Fort Sam Houston, TX intends to negotiate a sole source firm fixed Blanket Purchase Agreement with Diagnostica Stago, Inc. located at Five Century Drive, Parsippany, NJ 07054 in accordance with FAR 13.501(a)(1)(i): Only one source reasonably available (including brand name).

The USAISR currently has in use one Sta-R Evolution coagulation analyzer that was purchased in August 2011. The analyzer supports numerous research protocols. In order to support we need a fully automated, self-contained analyzer that is capable of analyzing multiple coagulation assays to include standard profiles such as PT, APTT, and Fibrinogen while simultaneously performing specialty coagulation assays to include TAFI, anti-Xa, Procoag PPL, and automated fibrin monomer from a single sample. Market research shows the Sta-R Evolution is the only automated instrument that fulfills these needs from a single sample. Various reagents, controls, and disposable supplies are required to process samples for analysis on the instrument.

The Evolution analyzer is FDA approved, but only with the use of original manufacturer supplied consumables. These consumables are specific to the instruments and generic substitutions are not validated nor will the manufacturer support the use of such supplies on the instruments. Furthermore all reagents are bar coded and brand specific and are scanned into the analyzer software. Additionally, these consumable supplies will be used to support ongoing protocols which used these exact supplies since initiation. Consistency of results is paramount to our research efforts, because we use historical control values from previous subjects in our data analysis strategy.

The contract is for a period of performance of sixty (60) months.

The North American Industry Classification System (NAICS) for this requirement is 339112 with a size standard of 500.

THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS.

Responsible, interested parties may identify their interest by submitting capability information by 19 February 2020 at 2:00 PM Eastern Standard Time (EST) in order to establish the ability of the responder to meet this requirement. A determination by the Government to not compete this proposed contract based upon responses received to this notice is solely within the discretion of the Government. Information received will be considered for the sole purpose of determining whether to conduct a competitive procurement. If no written responses are received by the date listed above, which reflects at least fifteen (15) days after the publication of this notice, the solicitation will be issued as sole source. All questions and responses concerning this notice shall be emailed to Mr. Christopher L. Cook at [email protected].

Bid Protests Not Available