Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SPECIAL NOTICE

65 -- The Trek Sensititre System Supplies

Notice Date
12/16/2016
 
Notice Type
Special Notice
 
NAICS
#334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
NIH-CC-OPC-SN-17002065
 
Point of Contact
India A. Payne, Phone: 301-496-4848
 
E-Mail Address
ipayne@nih.gov
(ipayne@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Notice of Intent to Award The National Institute of Health/Clinical Center/Office of Purchasing and Contracts intends to award a firm fixed-price contract Remel, Inc 12076 Sante Fe Drive, Shawnee Mission, KS 662215-3594 for The Department of Laboratory Medicine at the NIH Clinical Center. The Bacteriology Section of the Microbiology Service requests a contract to procure TREK Sensititre supplies. The TREK Sensititre instrument is used for antimicrobial susceptibility of bacterial and yeast pathogens that are grown from cultures of NIH patient samples. The ability to provide real-time antimicrobial susceptibility test results is critical for determining therapeutic actions and provides continued support for on-going NIH protocols and patient care. Background: The marketplace offers a wide variety of automated and semi-automated instruments and provide commercially available panels of standard antibiotics for testing. Organisms, however, isolated from the NIH patient population often require the testing additional antibiotics that are not available on standard commercially built panels, or they require longer incubation periods that can only be programmed on the TREK instrument; no other vendors offer an instrument that allows for user customization. The previous instrument (Phoenix) presented with clinical care limitations and was replaced by the TREK Sensititre in April of 2014. DESCRIPTION OF THE SUPPLIES AND SERVICES REQUIRED TO MEET THE AGENCY'S NEEDS The Department of Laboratory Medicine (DLM) at National Institutes of Health (NIH) Clinical Center (CC), Bethesda, MD, intends to procure the following items from Remel Inc for Trek Sensititre supplies: Item Number: YCMC6NGNF or equivalent if upgraded product Description: Custom Panel- Gram negative MIC plates (10/box) Unit of Issue: Box Quantity: 200 boxes annually Item Number: YGPALL3F or equivalent if upgraded product Description: Stand Dry Gram+ Plate (10/box) Unit of Issue: Box Quantity: 150 boxes annually Additional supplies if needed Due to the proprietary nature of this requirement, and the necessity to have a complete instrumentation platform with both the instrument and consumables, Remel Inc is the only known vendor that can provide the reagents to function with the existing Trek Sensititre system. OTHER FACTS SUPPORTING In accordance with FAR 6,303-2(iii), the nature of harm that would be brought to NIH CC patients may result in delayed diagnosis and treatment. Having validated test platforms and associated kits available in the department is an asset but only insofar as the adequacy of the associated supplies and the purpose they serve. Scientists and physicians alike depend on the efficiency and proficiency at which we test for the patients who come here from around the world with the trust that our NIH CC clinicians can assess and treat patients thoroughly and at the highest clinical expertise. The Department of Laboratory Medicine of the NIH Clinical Center concludes the government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). This notice of intent to award is not a request for competitive quotations. Interested concerns capable of providing the same or similar products or services as described in this notice may submit a capability statement outlining their capabilities. No solicitation is available. Information received will be evaluated for the purpose of determining whether to conduct a competitive procurement. Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract based on responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Each response should include the following Business Information: a. DUNS. b. Company Name, address, POC, Phone and Email address c. Current GSA Schedules or NAICS codes appropriate to this Award. d. Type of Company (i.e., small business, 8(a), woman owned, HubZone, veteran owned, etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1 e. Capability Statement The following verbiage is directly from the Justification for Other Than Full and Open Competition (JOFOC) and is posted in accordance with FAR 5.102(a)(6). All responses are due to the Contract Specialist within 7 calendar days from the date of this synopsis. Contact: India Payne Contract Specialist Email: ipayne@nih.gov No phone calls please
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIH-CC-OPC-SN-17002065/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, Bldg. 10 Room 2C306, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04354138-W 20161218/161216234350-3c7161ba842cd0fe643e32d4bbd8636b (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.