Maryland Bids > Bid Detail

AUTOMATED HEMATOLOGY ANALYZER (AMBIS 2216290)

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159077101101526
Posted Date: Apr 17, 2024
Due Date: Apr 26, 2024
Solicitation No: SS-NIAID-24-2216290
Source: https://sam.gov/opp/fbaa2c87b7...
Follow
AUTOMATED HEMATOLOGY ANALYZER (AMBIS 2216290)
Active
Contract Opportunity
Notice ID
SS-NIAID-24-2216290
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 17, 2024 11:17 am EDT
  • Original Response Date: Apr 26, 2024 11:00 am EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 11, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Frederick , MD 21702
    USA
Description

This is a Sources Sought notice for domestically manufactured products only. This is NOT a solicitation for proposals, proposal abstracts, or quotations. Per the Buy American Act and Executive Order 14005, the National Institutes of Allergy & Infectious Disease (NIAID) is seeking information for domestically manufactured products only, Per the requirements under the Buy American Act and requirements relating to Executive Order 14005 entitled: “Ensuring the Future is Made in All of America by All of America’s Workers”, in the event that a nonavailability waiver request submitted through the Made in America Office (MIAO)’s Digital Waiver Portal is required." Respondents must certify in capabilities statement that products are manufactured in the United States.





The purpose of this notice is to obtain information regarding the availability and capability of all U.S manufactured products that are equal to the following product:





(1) automated hematology analyzer, one (1) instrument starter pack: for animal blood that evaluates and provides the results of 27 parameters for each blood sample in approximately two minutes for veterinary use only. Will employ three state-of-the-art technologies—laser flow cytometry, optical fluorescence, and Laminar Flow Impedance—as well as the SLS-hemoglobin method with the following requirements/specifications:





Laser flow cytometry delivers an advanced five-part white blood cell differential.



Optical fluorescence provides a highly sensitive and accurate reticulocyte count.



Laminar Flow Impedence performs the fastest, most precise red blood cell count.






  • The broadest hematology test menu in the veterinary industry

  • Veterinary-specific algorithms for 17 species

  • Load-and-go operation and results in just 2 minutes




  • Detection of band neutrophils

  • Reticulocyte count




  • Reticulocyte hemoglobin (RETIC-HGB)

  • True five-part white blood cell differential




  • Detection of nucleated red blood cells

  • The ability to run abdominal/thoracic, synovial fluid analyses





27 whole blood parameters plus fluid analysis.



Red blood cell parameters




  • Red blood cell (RBC) count

  • Hematocrit (HCT)

  • Hemoglobin (HGB)

  • Mean cell volume (MCV)

  • Mean corpuscular hemoglobin (MCH)

  • Mean corpuscular hemoglobin concentration (MCHC)

  • Red blood cell distribution width (RDW)

  • Reticulocytes (RETIC; % and #)

  • Reticulocyte hemoglobin (RETIC-HGB)

  • Nucleated red blood cells (nRBC; when presence suspected)





White blood cell parameters




  • White blood cell (WBC) count

  • Neutrophils (NEU; % and #)

  • Lymphocytes (LYM; % and #)

  • Monocytes (MONO; % and #)

  • Eosinophils (EOS; % and #)

  • Basophils (BASO; % and #)

  • Band neutrophils (BAND; when presence suspected)





Platelet parameters




  • Platelet (PLT) count

  • Platelet distribution width (PDW)

  • Mean platelet volume (MPV)

  • Plateletcrit (PCT)





Fluid analysis parameters




  • Total nucleated cell count (TNCC)

  • Agranulocytes (AGRANS; % and #)

  • Granulocytes (GRANS; % and #)

  • Red blood cell (RBC) count





Dimensions & weight




  • Width: 12.6 in (32 cm)

  • Depth: 16.26 in (41.3 cm)

  • Height: 15.8 in (40.3 cm)

  • Weight: approximately 55 lb (25 kg)





Capability Statement/Information Sought



All capable vendors should respond with a brief capability statement demonstrating an equal product that is manufactured in the United States by April 26, 2024, by 11:00 AM EST.





Capabilities statement must also include the following information: 1) organization name, address, point of contact, email address, website address, telephone number, UE ID# with an active SAM.gov registration, and a tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of capability.





Submission Instructions



Interested businesses who consider themselves qualified to provide an equal product that is manufactured in the United States for the above-listed product are invited to submit a response to this Sources Sought Notice by April 26, 2024, by 11:00 AM EST. All responses under this Sources Sought Notice must be emailed to directly to, Rita Davis: rita.davis@nih.gov with the Sources Sought ID# SS-NIAID-24-2216290 in email the subject line.





Disclaimer and Important Notes



This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization’s qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation.





Confidentiality



No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).


Attachments/Links
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 17, 2024 11:17 am EDTSources Sought (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 >