SOLICITATION NOTICE
66 -- Joint Biological Agent Identification and Diagnostic Systems (JBAIDS)
- Notice Date
- 2/25/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
- ZIP Code
- 35807-3801
- Solicitation Number
- DASG60-02-R-0008
- Response Due
- 3/28/2002
- Archive Date
- 4/27/2002
- Point of Contact
- Warren Potter, 301-619-2383
- E-Mail Address
-
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(PotterW@smdc.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA This synopsis provides the opportunity to participate in a multi-phased approach for the acquisition of 450 Joint Biological Agent Identification and Diagnostic Systems (JBAIDS) for the Program Executive Office for Chemical and Biological Defense. The JBA IDS, to be used across the DoD, is a compact, easily portable, ruggedized, modular designed system that will accommodate preplanned performance enhancements without significant reengineering. The initial JBAIDS? design will allow for evolutionary block up grades. The initial system deliveries will require limited development and production of devices as described as Block I. Block I requires a device that is capable of identification of 10 biological agents and requires the contractor to start the FDA app roval process for the JBAIDS device (platform) and reagent- probe/primer kits. Block II requires the device to have the ability to identify biological toxins, (5 additional biological agents), and faster processing time. Also, in Block II , the contracto r will continue the FDA approval process for Block I biological agents and start the approval process on biological Toxin reagent kits. Block III requirements include identification of 50 BW agents and pathogens of operational concern in a hand held devi ce. JBAIDS Block III ORD requirements are targeted to be addressed in the post FY07 time period after technology advances. These Block III requirements are not considered part of subject solicitation. Market research conducted preceding this announcement indicates that commercial products, or modified commercial products, which will require only limited engineering and hardening for fielding, are available to fulfill the initial Block I requirements. T he initial JBAIDS system deliveries shall, as a minimum, identify multiple (at least 10) biological agents (bacteria and viruses) in less than one hour. JBAIDS (platform and reagents kits) devices shall be approved by the FDA as a medical diagnostic devic e. FDA approval is not a pre-requisite for production to start on Block I or II deliveries. The Program Executive Office requires the selected development and production contractor to manufacture both platform (test equipment hardware) and reagent diagnos tic kits that will interface with Government provided BW agent targets and other DoD reagent kit manufacturing standards. During Block I, the Government anticipates purchasing 425 JBAIDS devices and approximately 700,000 reagent kits over a three-year period (plus 25 system prototypes for development testing in FY03; test system deliveries start 7 month ACA). Production is s cheduled to start in FY04 with a minimum purchase of 140 JBAIDS systems. Quantity option bands in FY04/05/06 will have a floor of 140 JBAIDS Block I systems and a high end of 250 systems annually. The Government also plans to purchase a minimum of 250,000 reagent (probe/primer) kits annually staring in FY04. System performance upgrades to meet Block II JBAIDS requirements are planned but will not be included as development or production options. Examples of these upgrades to the hardware are the addition of biological toxin identification, faster processing time, auto/semi-automated sample preparation, and a yet specified DoD Comm Interface. The award process for the JBAIDS advanced development and production contract will be accomplished in four phases. Phase 1 requires prospective offerors to identify themselves in writing by letter to U.S. Army Space and Missile Defense Command, ATTN: SMDC -CM/Warren Potter, 1436 Porter Street, Ft. Detrick, MD 21702-5041 or by electronic mail to the email address: PotterW@smdc.army.mil. This notice must include the company?s DUNS number, Cage Code, Taxpayer Identification Number and a statement that the com pany is registered in the Federal Government?s Central Contractor Registration program. If you are not presently registered, you may learn how to meet this requirement at http://www.ccr.gov. A ha ndbook is available with complete instructions on how to register. DFARS 252.204-7000, Disclosure of Information and DFARS 252.204-7004, Required Central Contractor Registration are applicable to this solicitation. Portions of this effort are classified Secret. The successful offeror will need to have an existing Secret Level DoD Security Clearance, or must be eligible to receive a DoD Secret Level Clearance that would be initiated at contract award IAW Defense Industrial Security Regulation, DOD 5220.22 R - M. The successful offeror?s facility and the Key Personnel must be cleared for storage and use of Secret Level material in the manufacturing process. The JBAIDS end products (platform hardware and reagent kits) will be unclassified. Information abou t the National Industrial Security Program (NISP) may be found at http://www.dss.mil/isec/index.htm. The applicable North American Industry Classification System (NAICS) code is 334519 with a small business size standard of 500 employees. You must also i nclude a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items. You may access a copy of FAR 52.212-3 at http://www.arnet.gov/. In addition, all prospective offerors must provide a minimum of t hree (3) past performance references. Required information to be furnished is as follows: the most recent or relevant on-going contracts within the past three (3) years as well as the contract number, contract type, dollar value, period of performance, da te of award, the period of performance, extent of subcontracting, names, phone numbers and email addresses of at least two (2) points of contact for each contract. If you do not have any current government contracts or have not had government contracts in the past three (3) years, provide the same information on three current commercial contracts. This information must be received either by conventional mail/delivery services or electronically to the email address provided above by March 28, 2002. The Go vernment will assess past performance information for performance risk. The government may use one or more methods to verify and obtain information regarding your performance and the contract information furnished. At its option, the government may elect to evaluate past performance using questionnaires, telephone interviews and site visits. Unless your firm is a small business, past performance information shall be the criteria in the determination of contractor responsibility pursuant to Federal Acquis ition Regulations Part 9. In the event that adverse past performance information is revealed, you shall be provided written notice of the adverse review and afforded the opportunity to respond. If the responsibility of a small business is questionable, t he Small Business Administration shall be contacted for a Certificate of Competency. All offerors must be determined to be responsible with a low performance risk to advance to the next phase. The initial Government screening process for JBAIDS will requ ire perspective contractors to adequately describe and provide documentation as to how they will be able to produce and deliver within a period of 7 months the initial systems. Your description and documentation must demonstrate the prospective offeror?s ability to meet all of the initial screening criteria below: 1. Prospective offeror has possession of a System Science/Methodology to Identify BW Agent/Toxin Agents/Pathogens and has available for Government inspection Supporting Test Data for Performance Claims. 2. Prospective offeror's Production System or Prototype System exists and must be available for the JBAIDS flyoff/lab test program phase in the Summer FY02 time period. 3. Prospective offeror has (or will have in time to provide production of the initial JBAIDS requirement) adequate access to a manufacturing facility to produce hardware and reagents at a rate of at least 20 systems monthly. 4. Pro spective offeror's Production System or Prototype System (that exists or will exist in time to provide production of the initial JBAIDS requirement) has a computer interface for storage of test results and a port to transmit the system's data to all comput ers. 5. Prospective offeror has knowledge of the FDA Approval Process and has a plan for the JBAIDS system (platform and reagents) FDA approval process execution starting in FY 03. 6. Prospective offeror's System Manufacturing is capable of delivery of the initial units within 7 months after contract award. The initial production run is 13 JBAIDS test systems at Month 7 After Contract Award (ACA) with the remaining 13 test systems being delivered at Month 8 ACA. 7. Prospective offeror's Reagent Kit Production Facility is capable of producing thousands of reagent kits monthly for multiple BW agents. The test program reagent kit deliveries start at Month 7 ACA. 8. Prospective offeror's Production facilities are (or your FDA plan demonstrates that Your Production facilities will be by April 2003) FDA GMP certified/compliant. 9. Prospective offeror's Production System or Prototype System has a weight that is or will be less than or equal to 40lbs (including transportation case) in time to provide production JBAIDS test systems at Month 7 ACA. Prospective contractors must respond with the above information by March 28, 2002 in order to receive an invitation to the next phase of the JBAIDS source selection process. After review of the prospective offeror?s Phase 1 documentation, the Government w ill provide the down selected companies with a copy of the draft JBAIDS ORD summary performance matrix. Your submission of Phase I documentation needs to include your company's e-mail address in order to facilitate rapid universal dissemination of the dra ft ORD summary matrix. In Phase 2, the Government will by letter, request responding contractors to provide the JBAIDS program office team with a briefing (and optionally a written report) covering your company?s ability to meet the initial screen criteria above and your company ?s ability to produce the JBAIDS development test systems and meet the JBAIDS ORD Block I requirements. The contractor(s) briefings will be held on 16-17 April 2002 at the ANSER Corp. Conference Center, Shirlington, 2900 South Quincy St, Suite 800, Arling ton VA, 22206. The prospective offeror?s briefings will be One-On-One with the JBAIDS team in two-hour blocks. Because this briefing will be video recorded to formally document the proceedings, you will be required to sign a statement agreeing to the vi deo recording. Each offeror will be allowed to have as many as 5 representatives at this briefing for the Government JBAIDS team. In Phase 3, after the briefings, the Government will procure additional information (JBAIDS Program Master Plan and Technical Proposal) regarding the offeror?s ability to meet JBAIDS requirements through the issuance of a NTE $50,000 Purchase Order (PO) fo r the development of a JBAIDS Program Master Plan/Technical Proposal and the JBAIDS Flyoff/Lab Test. The JBAIDS Program Master Plan shall detail how the prospective JBAIDS contractor will change the available hardware design used in the Flyoff/Lab Test to meet the JBAIDS Block I requirements. Also, the Government plans to request information on expansion of the Block I design features to cover identification of biological toxins in Block II. The program plan shall also include a description of the manage ment team that is in-place, or could be established, that has successfully worked as a team in the achievement of a specific goal. Additionally, the plan needs to include a program master schedule for development and the initial production of JBAIDS hardw are and reagent kits (use Microsoft Office ?Project Application). . The plan and technical volume will be due to the Government within 30 calendar days of the receipt of the PO. Each prospective offeror sh all be furnished with government provided material (draft SOW, draft TEMP, Flyoff/Lab test outline with Pass/Fail Criteria, and a description of the draft DoD Critical Reagents Program (CRP) program interface). The testing of candidate systems shall occur at a Government test center. Each contractor during the test period will be given 250-300 samples covering 4-6 BW agents of DoD interest. The Government will record the system performance in areas identified in the ORD for BW agent sensitivity and speci ficity, sample prep time, identification processing time, etc. Each contractor will be given 30-35 samples daily for identification. The Fly-off/Lab Test date is currently targeted for 8-23 July. The actual tests shall be performed by the contractor wit h the Government test team recording demonstrated performance daily. In Phase 4, the Government shall issue a Request for Proposal to each prospective contractor whose system passes the minimum Flyoff/Lab performance thresholds. This RFP will require the submission of an updated Technical Proposal, Program Master Plan, and Pricing information. Contractors will be given 30-calender days to submit their proposals. The Government may award more than one contract for the JBAIDS system. Contract award is targeted for the September or October 2002 time periods. No company may participate in this acquisition unless it participates in all of the phases.
- Place of Performance
- Address: US Army Space and Missile Defense Command, Deputy Commander ATTN: SMDC-CM/Warren Potter, 1436 Porter Street Fort Detrick MD
- Zip Code: 21702-5041
- Country: US
- Zip Code: 21702-5041
- Record
- SN00030728-W 20020227/020225213303 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |