Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOURCES SOUGHT

65 -- Blanket Purchase Agreement for Reagents to Test for Neisseria Gonorrhea and Chlamydia Trachomatis through DNA Methodology

Notice Date
7/17/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-14-T-0184
 
Response Due
7/24/2014
 
Archive Date
9/15/2014
 
Point of Contact
Stephen Edington, 502-624-0476
 
E-Mail Address
Medcom Contracting Center North Atlantic
(stephen.c.edington.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice (Request for Information). The Government is conducting market research to determine the extent of SDVOSB, 8(a) and HUBZone Small Business concerns capable of performing as a prime contractor. The Government intends to establish a single-award Blanket Purchase Agreement (BPA) for Reagents to test for Neisseria Gonorrhea and Chlamydia Trachomatis through DNA Methodology. The ordering period for the BPA will be 3 September 2014 - 2 September 2015. The requirement will include new equipment to be installed by the awardee for use at Ireland Army Community Hospital (IRACH), Fort Knox, KY at no separate cost. Any training of IRACH hospital staff necessary to utilize the equipment shall be conducted by the awardee at no additional cost. If off-site training at a company's facility is required, the awardee shall cover all travel expenses including lodging, meals, and airfare for up to a week of training for up to two hospital staff members the first year and one hospital staff member each year thereafter. Technical support must be available 24/7. The instrument monitors whether or not quality control and calibration is performed. The instrument must be equipped with alarm systems to alert technicians when their attendance is needed. The instrument must have a minimum of 28 specimens plus 2 controls in a test plate. From start to finish, amplification of DNA results is completed in 2.5 hours. Using a DNA probe methodology, the instrument must provide more precise results with technology employed by the instrument reducing the number of false negative results utilizing amplification controls. This process is important for the quality of patient care provided by this facility. The instrument can be placed on a counter top, allowing more space for storage using the same square footage. The instrument measurements must be less than 28.5 quote mark wide, 21.5 quote mark high, and 28.5 quote mark deep. The instrument is self-contained. It has its own temperature control system to maintain control and reagent temperatures at the required specifications. It does not need an external drain for waste. The instrument must also contain an optical subsystem to take test reading and built-in test data storage. The instrument must support bidirectional interface with the CHCS (hospital computer system). The instrument is able to provide real time update on test status, including estimated time of completion. The instrument must have: (1)Ease of maintenance (daily, weekly, monthly as needed). (2)Comprehensive on-line help. (3)Routine and emergency on-site technical support. (4)All expense-paid initial training of laboratory staff at no cost to the government. (5)System to ensure quality control and calibration is performed in order to maintain reliability, accuracy, and precision testing. (6)Precision of results through DNA amplification processes for qualitative results. (7)Small space requirements: a) Counter top placement. b) No need for external drain for waste. (8)Technology: a) Fully automated micro plate analyzer. b) Continuous loading capability. c) Walk-away system. d) State of the art software operates under Windows. e) Complete sample processing (sample predilutions, sample dispensing, reagent dispensing, incubations, wash processes and plate transports). (9)Versatile and Productive: a) On-line dilution capabilities including ability to perform serial dilutions. b) Disposable tips, designed for clot detection and level sensing. c) Handles up to 180 samples on-board the system. d) Random access and batch mode (multiple analytes can be run on same plate). e) Up to 4 micro plates run simultaneously and up to 7 micro plates with the continuous load function. f) Additional plates (assays/patients) may be added even after the run has been started. Interested parties shall reply to the U.S. Army Medical Command Northern Regional Contracting Office via email to Mr. Stephen Edington at stephen.c.edington.civ@mail.mil. Please email your interest and provide your company's Small Business status and CAGE Code along with technical information to confirm the capability to meet 100% of the requirement. Please reply on or before 10:00 AM EST, Thursday, 24 July 2014.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-14-T-0184/listing.html)
 
Place of Performance
Address: Ireland Army Community Hospital 289 Ireland Ave Fort Knox KY
Zip Code: 40121
 
Record
SN03429416-W 20140719/140718000028-259954158b7ca6df2f75c1af607190e3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.