The following information is provided to assist with the Flow Cytometry mission of the San Antonio Military Medical Center, JBSA, Fort Sam Houston, TX to identify potential business contractors to provide the requirement as stated below.
The applicable North American Industrial Classification System (NAICS) code is 325413, In-vitro diagnostic test substances manufacturing. The Small Business Administration's size standard for NAICS 325413 is 1250 employees. The Government does not intend to make an award on the basis of this Sources Sought notice or otherwise pay for the information solicited herein. This notice is for the purpose of identifying potential sources and does not commit the government to make an award and/or issue a solicitation. Interested and qualified firms shall submit the following information: company name, address, telephone number, contact point and DUNS number of your firm. Include your socioeconomic category for purposes of determining an acquisition strategy.
Requirement: Contractor shall provide two (2) complete Flow Cytometry systems on a Cost-per-Test basis that includes the lease of equipment with related peripherals identified as four (4) workstations, four (4) LCD computer monitors and all other computer hardware/software required to maintain operational systems and regular maintenance service of the equipment. Potential contractors must also provide any and all maintenance, spare parts, on-site labor for emergency repairs, travel and trained service technicians as part of the Cost-per-test requirement.
Consumable items and reagents for testing will also be required. Specific details will be provided in the formal solicitation expected to be posted on/around 1 July.
Salients of the Flow Cytometer:
1. Must have a minimum 4- color detection capability.
2. Must have sample carousel capable of holding 32 sample tubes or more
3. Must have barcode reader capable of reading Code 39 barcodes.
4. Unaffected by ambient room temperature variations.
5. Instrument to instrument variation <3% CV to insure comparable results (i.e., sample run on multiple instruments during the same day will generate the same result).
6. Automated cell processing station required for standardized whole blood lysis and washing with a minimum 60 samples/hour processing capability.
7. Sample tube mixing on-board prior to sample acquisition - individual tube mixing preferred.
8. Minimal start-up, preferable less than 30 minutes.
9. Sample carryover <0.1%
10. Capable of resolving particles < 1 um in size from background noise.
11. Data acquisition rate > 10,000 events/second.
12. Bi-directional interface with CHCS required at start-up or within three months if not already available.
13. A minimum of eight (8) - color detection capability.
Salients of the Reagents:
1. Shelf life greater than 3 months if in liquid form: greater than 6 months if lyophilized.
2. Monoclonal antibody-fluorochrome combinations preferred. Antibody clones must be available with multiple fluorochromes to increase testing/panel flexibility
3. Lyophilized reagents with standard reconstitution volumes and diluent preferred.
4. Provided reagents must be FDA - classified IVD or ASR reagents - no RUO reagents can be used to meet testing requirements.
5. Capability to provide defined pre-mixed panels (by SAMMC Medical Directors).
Point of contact is Ms. Gerri Hernandez, Contract Specialist, at (210) 221-3252, [email protected].
Once the solicitation is posted, interested parties are urged to visit the FedBizOpps Websites frequently for any updates/amendments to any and all documents.