Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2019 FBO #6507
SOURCES SOUGHT

Q -- RFI - Next-Gen Sequencing Tests - Appendix 1

Notice Date
9/17/2019
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Naval Medical Center, 34800 Bob Wilson Drive Bldg 1G, San Diego, California, 92134, United States
 
ZIP Code
92134
 
Solicitation Number
N0025919R0008
 
Archive Date
9/20/2019
 
Point of Contact
Gilberto A. esteves, , Uyen T. Tran,
 
E-Mail Address
gilberto.a.esteves.civ@mail.mil, uyen.t.tran6.civ@mail.mil
(gilberto.a.esteves.civ@mail.mil, uyen.t.tran6.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Appendix 1, list of minimum pathogens to test for. Request for Information Supplies/Services Quantitative Next-Generation Sequencing Test Naval Medical Center San Diego DISCLAIMER THIS NOTICE IS FOR PLANNING PURPOSES ONLY. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS RFI OR REIMBURSE ANY COSTS ASSOCIATED WITH THE PREPARATION OF RESPONSES TO THIS RFI. This RFI is issued solely for information and planning purposes and does not constitute a Solicitation, an Invitation for Bids, a Request for Proposal, a Request for Quotation, or an indication the Government will contract for the service contained in this announcement. This RFI is a request for interested parties to describe their product, technical capabilities, delivery as well as demonstrated processes. All information received in response to this RFI marked Proprietary will be handled accordingly. Responses to the RFI will not be returned and Respondents will not be notified of the result of the review. Whatever information is provided in response to this RFI will be used to assess tradeoffs and alternatives available for determining how to proceed in the acquisition process for NMCSD. In accordance with FAR 15.201(e), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. All information received in response to this RFI marked proprietary will be handled accordingly. Purpose: The Naval Medical Center San Diego (NMCSD) issues this Request for Information (RFI) to conduct market research for information and planning purposes to determine the existing market capability of businesses that are able to provide the requested Quantitative Next Generation Sequencing Test, as specified below, at Naval Medical Center San Diego (NMCSD), to include sample tests be shipped to NMCSD at contractor expense - dates to be determined - to have Government employees inspect, request additional information and assess tested samples. The Government intends to review all proposed suggestions. All interested, capable, and responsible businesses are required to submit a response to this notice in order to be eligible for quote submission. INTRODUCTION Naval Medical Center San Diego (NMCSD) is responsible for providing the U.S. Navy, other military branches, and their military families with reliable quality health care. In addition to maintaining status as one of the nation's premier care providers, NMCSD is responsible for preparing for deployable support of operational forces, as well as shaping the future of military medicine through education, training and research. Respondents should identify their service capabilities that would help fulfill the currently specified requirements. The information gathered, if deemed successful, will be used to formulate final requirements, which may subsequently be posted in a solicitation for competitive quotes. The description below outlines preliminary requirements for Quantitative Next Generation Sequencing Test at NMCSD. BACKGROUND In order to properly diagnose patients or make medical decisions on courses of treatment for time and specimen sensitive testing, NMCSD requires supplemental and expedited limited reference laboratory testing in addition to the standard lab mail outs currently on contract with LabCorp (W81K04-12-D-0017). Due to the lack of current volume, complexity and novelty of the testing needed, in house testing is not an option. The objective is to obtain supplemental service for infectious disease diagnoses of culture negative infections or diagnosis of infections in patients where biopsy or sampling of the suspected infection is precluded due to instability of the patient or inoperable nidi. To accomplish this, quantitative next-generation sequencing done on cell free, whole plasma for a broad range of pathogens, to include DNA viruses, bacteria, fungi, molds, mycobacteria and protozoa is required. Cell free DNA of pathogens can be found in blood regardless of infection site and source. In general, because of the critical nature of the testing and instability of the patients being tested, results are required in 24-72 hours after receipt into contract laboratory. REQUIREMENTS The Government requests that the Contractor perform the required test as specified below: 1. Requirement: Perform Quantitative Next-Generation Sequencing Test on cell free-DNA, whole plasma for a broad range of pathogens to include DNA viruses, bacteria, fungi, molds, protozoa and mycobacteria on whole plasma from a single sample. 2. At a minimum, the vendor must be able to identify and quantify the pathogens listed in Appendix 1. 3. Test Turn Around Time (TAT); Sample test results must be returned 24-72 hours after receipt of sample into Contractor laboratory. 4. The Contractor will provide its own shipping container and FedEx account to deliver the specimen to the Contractor for testing and return results back to NMCSD. All questions regarding this RFI shall be submitted by email to the Contract Specialist at gilberto.a.esteves.civ@mail.mil HOW TO RESPOND: Firms that wish to respond to this RFI shall provide the following information: 1) A brief summary of the responder's capabilities and its characteristics in relation to the above-indicated requirement and additional preference characteristics; 2) A statement indicating an interest and the capability to conduct the requested test in response to this RFI including acceptance of performing the requested test at Contractor expense; 3) Technical specifications, agency certifications and or experience to the requested Quantitative Next-Generation Sequencing Testing in this RFI; 4) Provide its own shipping container and FedEx account to deliver the specimen to the Contractor for testing. 5) Respondents must indicate whether their responses contain proprietary information if the respondents wish for the responses to be handled as such. The government shall not be held liable for any damages incurred if proprietary information is not properly identified. DESCRIPTION OF INFORMATION REQUESTED All vendors with qualifying services to perform the requested test are invited to submit a Capability Statement, contact information, and FedEx account. The Capability Statement must discuss experience with Quantitative Next-Generation Sequencing Testing capabilities as they relate to the potential requirement. Once received, the Government will provide further shipping instructions for sample shipping. Vendors with a GSA schedule should provide the contract number of that schedule and the expiration date as well as product NAICS codes. All items should be clearly identified if they are scheduled items or open market items. All Questions must be submitted via email by 10:00am Pacific Time, September 18, 2019. Answers will be posted with this notice on September 18, 2019. Responses shall be limited to no more than 10 pages with 12 point font, not including cover letter, cover page, and table of contents. Responses shall also include company name, size, technical and administrative points of contacts, telephone numbers, and email addresses with your inquiry. Please submit responses via email in Microsoft Office format by 6:00AM (Pacific Time) September 19, 2019. No mailing responses will be accepted. Finally, please indicate if the Vendor is a small business under the subject NAICS. NOTE: Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in any subsequent solicitation, and NMCSD may contact one or more respondents for clarifications to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Contracting Office Address: 34800 Bob Wilson Drive San Diego, CA 92134 United States Primary Point of Contact: Gilberto A. Esteves gilberto.a.esteves.civ@mail.mil ________________________________________
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d27d33824cd8e6ce6d9088f55a7f29b1)
 
Record
SN05448098-W 20190919/190917231207-d27d33824cd8e6ce6d9088f55a7f29b1 (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.