Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOURCES SOUGHT

66 -- Biological Warfare Agent Hand Held Assay System

Notice Date
1/21/2015
 
Notice Type
Sources Sought
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of the Navy, United States Marine Corps, MARCORSYSCOM, 2200 Lester Street, Quantico, Virginia, 22134, United States
 
ZIP Code
22134
 
Solicitation Number
M6785415I1014
 
Archive Date
2/26/2015
 
Point of Contact
Peggy L Smith, Phone: (703) 432-3717
 
E-Mail Address
peggy.l.smith1@usmc.mil
(peggy.l.smith1@usmc.mil)
 
Small Business Set-Aside
N/A
 
Description
BIOLOGICAL WARFARE AGENT HAND HELD ASSAY SYSTEMS Marine Corps Systems Command (MCSC) is conducting market research for Biological Warfare Agent (BWA) Hand Held Assay (HHA) systems. MCSC anticipates awarding a contract for 480 combat HHA systems and 450 trainer HHA systems by 4th quarter, Fiscal Year 2015. RFI RESPONSE SUBMISSION Written Submission: Respondents are encouraged to furnish MCSC with information papers describing their commercial product's capability to meet the requirements below. MCSC considers the HHA system to consist of the HHA ticket(s), buffer solution(s), and reader or display. •· HHA ticket(s) should detect and identify, with limited false negative, high antigen concentrations presumptive results; •· HHA ticket(s) should detect and identify a presumptive positive or negative result for at least one agent per assay ticket within 15 minutes; •· HHA ticket(s) should have a two year minimum shelf life when stored at room temperature. Respondent's should identify room temperature parameters in system technical information; •· HHA ticket(s) should be operable by one person wearing standard Chemical, Biological, Radiological and Nuclear (CBRN) Personal Protective Equipment (PPE) and National Fire Protection Association (NFPA) certified Level "A", Class 2 and Class 3 PPE with National Institute for Occupational Safety and Health (NIOSH) certified respirators; •· Reader should be visual, preferably with audible alarm; •· Reader should be able clearly identify a positive or negative result from the HHA ticket(s) for the user; •· Reader should allow the user to identify the results via CBRN PPE and/or NFPA certified Level "A", Class 2 and Class 3 PPE while wearing NIOSH certified respirators; and •· System must weigh 5 lbs. or less including the battery and all consumables. Written submissions should include a single document in.pdf format for each category listed below, using the following naming conventions: •· Tab A: Product Information - (Offeror Name) •o Equipment information (i.e. weight, operating temperature, dimensions and support components) •o Technical information (i.e. technical literature, instructions, data and illustrations, photographs, patents) •o Product cost (base system and components needed to operate) •· Tab B: Delivery, Training, Warranty, and DMSMS - (Offeror Name) •o Delivery cost and timeline •o Training costs and duration •o Warranty costs and duration •o Maintenance and sustainment certification requirements •o Facilities that conduct the compliance calibration, if required •o Diminishing Manufacturing Sources and Material Shortages (DMSMS) issues •· Tab C: Certifications & Testing Summary - (Offeror Name) •o Copies of list of any certifications held •o Copies or list of any testing conducted, especially to any military standards, to include the dates of testing, brief summary of test objective, entity paying for the testing, and entity performing the testing. •· Tab D: Company Information - (Offeror Name) •o Business size, address and provide their Commercial and Government Entity (Cage) Code Due to security concerns, this system's special nature, MCSC will not identify certain technical parameters for detection in this RFI. Respondents therefore should identify the following items within their response: •· All BWAs the assay system can detect; •· Any special handling, packaging and storage requirements; and •· All imposed OEM restrictions that would prevent third party contractors working for MCSC from conducting authorized maintenance. Please submit all responses electronically. Respondents should upload and submit their RFI responses by Wednesday, 11 Feb 2015 to the Safe Access File Exchange (SAFE) application via https://safe.amrdec.army.mil/safe2/. Proceed as a Guest user by clicking on "I do not have a CAC or this machine is not configured to read my CAC and I would like to access SAFE as a Guest User." Fill in all required fields, upload your RFI response, and grant access to files to the following: peggy.l.smith1@usmc.mil, michael.elwood@usmc.mil and jamesia.hobbs@usmc.mil and then press the "Submit" button. MCSC will not return submitted material. Submissions must not contain any classified information. Respondents should also clearly identify proprietary information for appropriate handling. Questions and Answers: Please submit RFI questions to the Contracting Officer via e-mail at peggy.l.smith1@usmc.mil, with a courtesy copy to michael.elwood@usmc.mil and jamesia.hobbs@usmc.mil no later than Friday, 30 Jan 2015. MCSC will post all questions, answers, information discussed, test protocols, and any other information pertinent to this RFI on the Federal Business Opportunities website (https://www.fbo.gov/). Industry Day: At this time, MCSC does not plan to hold an Industry Day in regards to this RFI. Should this decision change, MCSC will post information for respondent participation on the Federal Business Opportunities website ( https://www.fbo.gov/ ) within 15 business days of the RFI closure. Non-Government Support Contractors: MCSC will use support contractors from Patricio Enterprises, Kalman & Company and Engility Corporation who are non-Government personnel to help collect and review market research information. Subsection 27 of the Office of Procurement Policy Act as amended (41 U.S.C. § 423) (hereinafter referred to as "the Act"), as implemented in the FAR, protects proprietary information from unauthorized disclosure. Contractual organizational conflict of interest and non-disclosure clauses bind these support contractors to safeguard proprietary information in accordance with law and regulation. Supporting contractor personnel are procurement officials within the meaning of the Act and will sign Non-Disclosure Agreements as well as take all appropriate action to preclude unauthorized use or disclosure of proprietary data. THIS RFI IS FOR PLANNING PURPOSES ONLY AND IS NOT A COMMITMENT BY THE GOVERNMENT TO PROCURE ANY ITEMS OR SERVICES OR TO PAY FOR ANY INFORMATION IT RECEIVES. NO ENTITLEMENT TO PAYMENT FOR DIRECT OR INDIRECT COSTS OR CHARGES BY THE GOVERNMENT WILL INCURE AS A RESULT SUBMITTING RESPONSES TO THIS RFI OR THE GOVERNMENT'S USE OF SUCH INFORMATION. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/USMC/Contracts_Office_CTQ8/M6785415I1014/listing.html)
 
Record
SN03621734-W 20150123/150121235630-b6032a206e085f246306f142773040cc (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.