Inactive
Notice ID:FA3016-19-U-0079
The 502d Contracting Squadron is conducting market reserch with the intent of establishing a Decentralized Blanket Purchase Agreement (DBPA) effective 1 May 2019 for a base plus 4 (1-yr) options. This...
The 502d Contracting Squadron is conducting market reserch with the intent of establishing a Decentralized Blanket Purchase Agreement (DBPA) effective 1 May 2019 for a base plus 4 (1-yr) options. This DBPA is for Cost Per Reportable (CPR) for service, maintenance, use of the Sysmex Ameirica Inc equipment: 1 - XN 3100, 1 - XN 550, 1 - XE 2100D, Hematology Analyzers currently in use at three separate locations throughout San Antonio, Texas 1. Wilford Hall Ambulatory Surgical Center (WHASC) 2. Reid Clinic 3. Armed Services Blook Banck Center (ASBBC-SA), and the purchase of reagents / consumables as authorized against the VA FSS V797D-40235 issued by the Department of Veterans Affairs. These instruments will be used to perform Complete Blood Counts (CBCs) and blood cell morphology studies. These analyzers perform hematology analysis according to the hydrodynamic focusing (DC detection), flow cytometry method and SL-S Hemoglobin method. In accordance with FAR 8.405-3 and 8.405-6. The period of Performance for this requirement is 1 May 2019 through 30 April 2024. The contractor shall furnish those reagents and consumable items required to operate the equipment to perform an average of 60,000 CBC samples annually; critical in the management, diagnosisa, and treatment of almost all medical conditions, especially the anemias and leukimias. Sysmex America Inc, is the only patented source that manufactures these items and the only authorized and approved licensed distributor. The NAICS for this acquisition is 325413 and the size standard is 1,250 employees. This sources sought notice is published for market research purposes only. This notice is neither a request for quote nor a solicitation for offers. However, all responses received by 29 Mar 19 at 12:00 PM CST will be reviewed and considered by the Government. Information received will be considered soley for the purpose of determining whether conducting a competitive procurement is in the best interest of the Gvernment. Written responses must provide clear and concise documentation indicating a vendors bona fide capability to perform delivery of the requested supplies. Please include the company's name, point of contact, address, phone number, email address, and website (if applicable). Also include DUNS number, CAGE Code and Tax ID. The contractor must be registered in the System for Award Management (SAM) www.sam.gov at time of award. Verbal responses to this notice are not acceptable and will not be considered. All information submitted shall support the vendor's definite capability to provide the commodities/supplies required, and all information shall be furnished at no cost to the Government. Any interested party may inquire with the below point of contacts: Mrs. LaKeisha N. Gamble, Contracting Officer: lakeisha.gamble.2@us.af.mil; (210) 652-8513 or Ms. Deanna M. Smith, Contract Specialist: deanna.smith.1@us.af.mil; (210) 652-8966.