Search Contract Opportunities

Hematology Analyzer Lease

ID: FA469025Q0028 • Type: Solicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ), in accordance with FAR Parts 12 and 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-03, effective 01/17/2025, Defense Federal Acquisition Regulation Public Notice, effective 01/17/2025 and Department of the Air Force Federal Acquisition Circular, effective 06/12/2024.

Solicitation number: FA496025Q0028

North American Industry Classification System Code (NAICS): 334516

Size standard: 1000 Employees

Type of set-aside: Small Business

This requirement is to lease a Sysmex XN-550 Hematology Analyzer meeting the characteristics and objectives outlined in Attachment 1 and Attachment 2 at Ellsworth AFB. Attachment 2 provides the specifications of the requried hematology analyzer, while attachment 1 provides all additional requirements as part of the goverment's lease. Please see the following attachments for further details:

  1. Attachment 1 - PWS
  2. Required Specifications
  3. Justification & Approval (J&A)
  4. Provisions and Clauses

Addendum to 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. As

prescribed in FAR 12.301(b)(1), the following addendum is provided for this solicitation and hereby

amends any language therein:

1. Questions in response to this solicitation must be emailed to deanine.rogers.3@us.af.mil no later than 12:00 p.m. (MDT) on Monday 2 June 2025.

2. Quotes in response to this solicitation must be submitted no later than 3:00 p.m. MDT on Wednesday 11 June 2025. Quotes must be submitted via email to (Primary POC) Contract Specialist (CS) deanine.rogers.3@us.af.mil and (Secondary POC) Contracting Officer (CO) joshua.johnson.233@us.af.mil.

3. Technical documentation submitted by the vendor shall be provided via email in a separate document and shall not exceed 20 pages. This page limit encompasses cover pages, contents, mission statements, and all other superfluous data not specifically requested by the Government. Failure to adhere to these standards may result in the vendor being deemed unacceptable, and subsequently being removed from consideration for award.

4. Late quotes may be processed in accordance with FAR 52.212-1(f) - Late submissions, modifications, revisions, and withdraws of offers.

5. By submitting a quote in response to this solicitation the vendor agrees to hold the prices provided firm for 30 calendar days from the date specified for receipt of quotes.

Addendum to 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. As prescribed in FAR 12.301(c), the following addendum is provided for this solicitation and hereby amends any language therein:

1. Basis for Contract Award: The Government intends to award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government, considering the factors listed in this provision.

In accordance with FAR 13.106-2, the Government will utilize comparative evaluations and give preliminary consideration to all offers received in response to this solicitation.

Options. The Government will evaluate for award purposes by adding the total price for all options to the the total price for the basic requirement. The goverment may determine that an offer is unacceptable if the option prices are significatnly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s).

The Government intends to make an award without conducting exchanges with vendors after the close of the solicitation. Therefore, vendors should provide their best available pricing and technical quotes to the Government in their initial quote. However, the Government reserves the right to enter into exchanges with all, some, or none of the offers at any time during the evaluation period if deemed in the best interests of the Government to do so.

2. Evaluation Factors: The following factors shall be used to evaluate quotes:

Price: At minimum; the vendor must provide pricing in accordance with the instructions outlined at 52.212-1. The vendor that provides the lowest price that can be determined both "fair and reasonable" and "realistic" by the Contracting Officer may be given additional consideration for awardee selection. However, the Government is under no obligation to do so. During the evaluation process the Contracting Officer will determine a "Total Evaluated Price" (TEP) for each responsive quote. The TEP is determined by totaling the amount of all line items identified in the offerors' quote.

Technical: At minimum; the vendor must provide the specifications of the system and/or equipment the vendor will provide in response to this solicitation, as well as how it meets the need described in the statement of work or list of minimum required characteristics as well as the delivery/installation timeframe. Substantial benefits to the Government, as determined by the Government evaluation team, specifically in relation to the technical capability factor, may be given additional consideration for awardees election. However, the Government is under no obligation to do so.

Provision 52.212-3 Alternate I, Offeror Representations and Certifications Commercial Items, or a cage code proving an active System for Award Management registration, shall be submitted with all offers.

Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition.

Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition.

All other applicable Terms and Conditions are listed in Attachment 4.

Questions must be submitted and received by the Points of Contact listed below no later than 12:00 p.m. MDT on Monday 2 June 2025. Questions received after this deadline will not be reviewed or considered.

Quotes must be received no later than 3:00 p.m. on Wednesday 11 June 2025 by the 28th Contracting Squadron, via email to the following Points of Contact (POCs):

Primary POC - Contracting Specialist (CS): deanine.rogers.3@us.af.mil

Secondary POC - Contracting Officer (CO): joshua.johnson.233@us.af.mil

Background
This solicitation is issued by the Department of the Air Force for the lease of a Sysmex XN-550 Hematology Analyzer at Ellsworth AFB, SD. The goal of this contract is to provide necessary equipment and services to support clinical laboratory operations, ensuring compliance with FDA standards and operational efficiency in hematology testing.

Work Details
The contractor shall provide all personnel, equipment transportation, materials, supervision, and other necessary items for the lease of a Clinical Laboratory Hematology Analyzer. Key tasks include:

1. Installation: Provide a minimum of 14 days advance notice before installation; furnish an installation specialist to perform system validation procedures including calibration and data stream verification; present performance studies to the laboratory officer for acceptance.

2. LIS Interface: Ensure system interfacing with the Laboratory Information System (LIS) prior to departure; allow for equipment credit if additional equipment is needed.

3. Maintenance and Repair/Service: Provide service to maintain instrument capabilities throughout the contract period, including on-site response within 24 hours, preventive maintenance visits, and provision of necessary replacement parts.

4. Reagent Shipping and Handling: Supply manufacturer brand reagents for approximately 4100 Complete Blood Counts per year on a predetermined shipping schedule at no additional cost; ensure temperature-controlled products are shipped appropriately.

5. Training: Provide unlimited basic operator training virtually.

6. Safety Data Sheets: Supply all Safety Data Sheets (SDSs) for required supply items at no cost.

7. Quality Control: Implement a quality control program for instrument performance comparison at no additional cost, with data available for review within two weeks.

Period of Performance
The lease is expected to begin on or around 15 July 2025, followed by four option years.

Place of Performance
Ellsworth AFB, SD

Overview

Response Deadline
June 11, 2025, 5:00 p.m. EDT Past Due
Posted
May 27, 2025, 6:25 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Ellsworth AFB, SD 57706 United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Likely Fixed Price
Est. Level of Competition
Average
Signs of Shaping
86% of obligations for similar contracts within the Department of the Air Force were awarded full & open.
On 5/27/25 Air Combat Command issued Solicitation FA469025Q0028 for Hematology Analyzer Lease due 6/11/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334516 (SBA Size Standard 1000 Employees) and PSC W065.
Primary Contact
Name
Deanine R. Rogers   Profile
Phone
(605) 385-2108

Secondary Contact

Name
Joshua Johnson   Profile
Phone
(605) 385-1734

Documents

Posted documents for Solicitation FA469025Q0028

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Incumbent or Similar Awards

Contracts Similar to Solicitation FA469025Q0028

Potential Bidders and Partners

Awardees that have won contracts similar to Solicitation FA469025Q0028

Similar Active Opportunities

Open contract opportunities similar to Solicitation FA469025Q0028

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFGSC > FA4690 28 CONS PKC
FPDS Organization Code
5700-FA4690
Source Organization Code
500022516
Last Updated
June 26, 2025
Last Updated By
joshua.johnson.233@us.af.mil
Archive Date
June 26, 2025