Slide Stainers
The requirement is for a contract for reagents, quality control, maintenance, consumables, and two (2) Slide Stainers, Cytology/Histology [15-183] for NMC San Diego. The contracted units shall be a si... The requirement is for a contract for reagents, quality control, maintenance, consumables, and two (2) Slide Stainers, Cytology/Histology [15-183] for NMC San Diego. The contracted units shall be a single model platform. The contract shall include all of the stains in the table below: Table 1: Stain Type Acid-Fast Bacteria (AFB) Stain Alcian Blue (AB)/Periodic Acid-Schiff (PAS) Stain Alcian Blue Stain Congo Red Stain Alpha-Amylase Stain Elastic Stain Grocott's Methenamine Silver (GMS) Stain Gram Stain Iron Stain Jones Stain Mucicarmine Stain PAS Stain Reticulin Stain Trichrome Stain Warthin-Starry Stain Giemsa Stain AB/PAS/H&E Stain Wright/Giemsa Stain Colloidal Iron Stain PAS Green Stain The provided system shall allow for multiple staining protocols for each type of stain. The system must be fully automated, from deparaffinization to completion of staining. The system shall be capable of running at least 10 protocols at one time. The system shall be capable of running multiple stains at one time with no exceptions (i.e. any stain can be run simultaneously with any other stain). The stainers shall be capable of multiparameter staining (i.e. utilizing multiple staining kits on the same slide). The system shall have a capacity of at least 30 slide positions with continuous access to each individual slide. Continuous access allows the ability to add slides to unoccupied slide positions and the ability to remove completed slides for analysis without the need to wait for entire batches to be completed, thus increasing the throughput for each individual slide. Each slide position shall have independent temperature control. The system shall include a reagent carousel with 50 positions. The system shall have a free-standing configuration. The instrument shall have a waste management system; hazardous waste, water-soluble waste, trace metal waste, and alcohol shall all be kept separate for appropriate disposal. The vendor shall perform all necessary repairs and software updating for the duration of the contract. The system shall include a UPS, as well as a label and report printer. The electrical requirements for this system are 120V, 60 Hz. System installation, validation, correlation, onsite and offsite training, corrective and preventive maintenance coverage shall be included. Corrective system maintenance coverage shall include response times as specified in any resultant contract. Training shall be provided by the vendor, as specified in any resultant contract. The vendor shall provide two (2) operational manuals for each analyzer and two (2) service manuals for each analyzer, each in English. Support shall be provided for a period of performance from 01 October 2019 to 30 September 2020. Subsequent, individual 1 year option periods shall be available starting on 01 October 2020, with the final expiring 30 September 2024. The units shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. Vendor shall be an Original Equipment Manufacturer (OEM) authorized dealer, authorized distributor, or authorized reseller for the proposed equipment/system 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. There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 334516. This RFI is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. If a vendor challenges the basis of this requirement, please email product capability statements (formats for submission: PDF, MS Word, or MS Excel) to Derek Bell at derek.j.bell.civ@mail.mil. Closing date for information is no later than 3:00 PM ET on 22 April 2019. No phone calls will be accepted.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »