STATEMENT OF WORKAFIOH/SDE CLINICAL TOXICOLOGY ANALYZER SERVICES
14 February 2005
1. DESCRIPTION OF SERVICES: The Contractor shall provide AFIOH/SDE (Epidemiological Surveillance Division, Toxicology Section (âToxicology Laboratoryâ) Bldg 930, Brooks CityâBase, TX 78235 with equipment, support service, and a reagent Blanket Purchase Agreement (BPA) to perform clinical toxicology testing of human specimens by the Toxicology Laboratory. A Blanket Purchase Agreement (BPA) shall be established for a period of one basic year plus four (4) option years.
2. REQUIREMENTS: The Contractor shall provide instruments via Reagent-Rental Agreement (also known as Cost per Test Agreement) capable of performing FDA approved automated walk-away analyses of the following analytes on the indicated specimen type by the indicated methodologies (where specified) in the indicated annual volumes.
Assays for analytes must include: Lithium by Ion Selective Electrode, Direct (serum/plasma); Amphetamines-class (urine); Barbiturates-class (urine); Benzodiazepines-class including alprazolam/metabolites and flurnitrazepam/metabolites (urine); Cocaine Metabolite (urine); Cannabinoids (urine); Opiates-class (urine); Methadone with metabolite (urine); Phencyclidine/PCP (urine); Methaqualone (urine); Propoxyphene (urine); Acetaminophen (serum/plasma); Carbamazepine (serum/plasma); Digoxin (serum/plasma); NAPA (serum/plasma); Phenobarbital, Total (serum/plasma); Phenytoin, Total (serum/plasma); Procainamide (serum/plasma); Quinidine (serum/plasma); Salicylates (serum/plasma); Valproic Acid, Total (serum/plasma). The Ideal Candidate will also include Assays for the following Analytes: Primidone (serum/plasma); Phenytoin, Free (serum/plasma); Valproic Acid, Free (serum/plasma); Total Iron Binding Capacity (TIBC) or Unsaturated Iron Binding Capacity (UIBC) (serum/plasma); Iron (serum/plasma); Lidocaine (serum/plasma); Theophylline (serum/plasma); Sodium (serum/plasma); Potassium (serum/plasma); Calcium, Ionized (serum/plasma).
2.1. The instrument in question shall also include: ability to interface with the current Laboratory Information System (LIS) used by the Toxicology Laboratory; at a capability of running a minimum of 100 assays per hour
3. ESTIMATED MONTHLY USAGE:
REAGENT/ASSAY VOLUME
Acetaminophen 42
Amphetamine 259
Barbiturates 259
Benzodiazepines 259
Cannabinoids 259
Carbamazepine 100
Cocaine Metabolite 259
Digoxin 67
Methadone 259
Methaqualone 259
NAPA 20
Opiates 259
Phencyclidine (PCP) 259
Phenobarbital, Total 58
Phenytoin, Total 83
Procainamide 20
Proxyphene 259
Quinidine 20
Salicylate 40
Valproic Acid, Total 180
3220 X 12 months
38,640 samples
4. ESTIMATED ANNUAL USAGE: 38,640 samples per year.
5. POINTS OF CONTACT:
Primary Technical Program Manager: Ms. Cara Beserra, (210), 536-8672, FAX (210) 536-2638
Alternate Technical Program Manager: Capt Fe Lobo-Menendez, (210) 536-1514
6. EQUIPMENT: The Contractor shall be responsible for transportation, maintenance, and servicing of equipment. The Contractor shall provide all required tools, parts and labor as necessary.
7. OWNERSHIP: The Contractor shall retain title to the instruments during the entire term of the agreement.
8. MONITORING: The Contractor shall monitor equipment to ensure downtime does not exceed one business day for a single occurrence and there are not more than three occurrences per month.
9. LIABILITY: The Contractor will indemnify and defend the US Air Force from and against any and all third party claims, demands, actions, debts, liabilities, and attorneyâs fees arising out of, claimed on account of, or in any manner predicated upon loss of, or damage to the property of, and injuries to, or death of any and all persons whatsoever, in any manner caused or contributed to by the simple negligence and misconduct of the Contractor.
EVALUATION CRITERIA
for
AFIOH Clinical Toxicology Laboratory
Clinical Toxicology Analyzer, Testing and Supplies
14 February 2005
The Contractor will provide a written proposal in response to the RFP Statement of Work. The Government anticipates awarding a âbest valueâ Blanket Purchase Agreement to the Contractor whose proposal is the most technically advantageous to the Government, while price and other factors will be considered as lesser factors than technical. Technical proposals will be evaluated on the factors described below, listed in order of importance. Technical merit is more significant than price. Each contractor will be evaluated on the basis of equipment that efficiently and effectively responds to and successfully completes tasks defined in the RFP.
1. Contractor must describe in detail their instrument's capability in performing automated walk-away testing using current FDA approved technology of performing analysis of analytes on indicated specimen types by the indicated methodologies (where specified) in the indicated annual volumes.
2. Contractorâs instrumentation and reagents must demonstrate exceptional productivity with a throughput of a desired minimum of 100 assays per hour, and; a maintenance agreement to include emergency maintenance included in the cost per test agreement. Contractor will perform ongoing preventive maintenance and emergency maintenance necessary to fulfill the customerâs test requirements. Emergency maintenance will be provided within one (1) business day (M-F 8 a.m. â 4 p.m. CST) of notification of malfunction. The Contractor will provide all tools, parts and labor needed for emergency or preventive maintenance and incurs all associated travel costs.
3. Cost based on ESTIMATED USAGE:
REAGENT MONTHLY USAGE Provide Cost per test for the following:
Provide sensitivity Ranges for the following:
Acetaminophen 42
Amphetamine 259
Barbiturates 259
Benzodiazepines 259
Cannabinoids 259
Carbamazepine 100
Cocaine Metabolite 259
Digoxin 67
Methadone 259
Methaqualone 259
NAPA 20
Opiates 259
Phencyclidine (PCP) 259
Phenobarbital, Total 58
Phenytoin, Total 83
Procainamide 20
Proxyphene 259
Quinidine 20
Salicylate 40
Valproic Acid, 180
Projected Monthly Total 3220 Monthly Cost ___________
Projected annual total 38,640 Annual Cost ______________
4. Contractor must guarantee that results from automated walk-away instrumentation must comply with College of American Pathologistâs (CAP) standards. Provide proof of compliance.
Bid Protests Not Available