SPECIAL NOTICE
99 -- Technology Readiness Evaluation (TRE) 07-1
- Notice Date
- 3/20/2007
- Notice Type
- Special Notice
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- RDECOM Acquisition Center - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
- ZIP Code
- 21010-5424
- Solicitation Number
- USA-SNOTE-070320-003
- Archive Date
- 6/18/2007
- Description
- The U.S. Army Edgewood CB Center, Technology Evaluation Team in support of the Joint Program Manager (JPM) for Biological Defense, is sponsoring Technology Readiness Evaluation (TRE) 07-1: advanced biological agent identification technologies for the Joint Biological Point Detection System (JBPDS) Identifier Upgrade effort. Vendors both domestic and international are encouraged to respond to this opportunity with a description of hardware and data that demonstrates (1) Technology Readiness Level (TRL) 7 or higher, (2) ability to automatically conduct a simultaneous analysis of 10 or more antigens in one milliliter or less liquid sample in JBPDS buffer (phosph ate buffered saline containing 0.1% Triton-X), (3) results reported within 18 minutes from time of sample introduction, (4) performance that has at least a 98% probability of identification for the minimum sensitivities of 5 x 105 CFU/mL (spore-forming bac teria), 5 x 107 PFU/mL (virus), and 30 ng/mL toxin, (5) less than 2% probability of false identification, (6) consumable operating cost less than $75 per 10 agent analysis, (7) size and weight or potential to be no greater than 16 H x 13 W x 10 D and 40 lbs., (8) temperature and power operation from 10o to 40oC on 24 VDC, not exceeding 40 WATTS, (9) potential or capability to identify additional antigens automatically (Expandability). Plans are underway to conduct the point biological identification TRE in three phases. Phase I is an assessment phase consisting of a review of the white paper responses followed by a determination of eligibility. Select candidates will be invited to pro ceed to Phase II and participate in a laboratory evaluation for the following criteria: (1.) Probability of Identification and Probability of False Identification with and without Interferents, (2.) Range of Concentration, (3.) Sample Process Time and Thr oughput, (4.) Power, Size, and Weight of Hardware, (5.) Simultaneous Antigen Identification, and (6.) Maturity for JBPDS Integration. Phase III, as described below, is a separate evaluation to test automated identification of samples in Formulated Tap Water only. Phase II operations will be conducted in the first quarter of FY 2008 (Oct to Dec 2007) on selected systems and will be operated by the vendor in a BSL-2 facility against liquid inactivated antigens, interferents, and blank samples. A range of sample conc entrations will be prepared in JBPDS buffer. It is estimated that a minimum of 40 not more than 80 liquid sample challenges per day will be prepared for test of each vendor system. The estimated test time is three to four weeks for set-up, operational re adiness inspection (ORI) and completion of testing. The minimum number of total test samples is estimated at 400 samples. The TRE site location is the Life Sciences Division Training Area, Dugway Proving Ground, Utah (Outside of Salt Lake City). Test par ticipants invited to Phase II will be notified in May 2007. Selected vendors will be invited to make a technical presentation of their system (Industry Days) in June of 2007. Briefings will be submitted in a Portable Document Format (PDF), and 10 paper c opies of the briefing will be provided for the review panel. The ECBC TRE 07-1 Team will coordinate the schedule of vendor presentations and location that is to be determined (TBD). White paper format is Times New Roman, not less than 11 point as follow : Technology Employed, System Nomenclature/Title, Detailed System Description, Cost, Biological Agent Capability List and Sensitivity, Interference Rejection Capability, Physical Properties, Power Requirements, Equipment Operating Procedures and Safety Pr ecautions, Auxiliary Support Equipment (if any), Performance Test Data including, Test Reports, and Logistics Requirements 10 pages maximum excluding test reports. Phase III is an evaluation of the technologies for automated identification of inactivated antigens in Formulated Tap Water. This testi ng will be scored separately from the Phase II portion of the TRE, and will commence after Phase II testing is completed. Phase III operations will be conducted at Dugway Proving Ground, Utah by the vendor in a BSL- 2 facility against inactivated antige ns and blank samples, prepared in formulated tap water. It is estimated that approximately 40 liquid sample challenges will be prepared for test of each vendor system. To be responsive to this announcement, vendors must supply their white paper response in writing to U.S. Army Research, Development and Engineering Command (RDECOM), 5183 Blackhawk Road ATTN: AMSRD-ECB-RT-DE (Daniel M. Nowak), Building E3326, Aberdeen Prov ing Ground, MD 21010, no later than close of business 30 April 2007. Concurrently an electronic copy of the white paper will be place in this Drop Box [https://dropbox.apgea.army.mil/cgi-bin/dropbox.pl] The Recipient Email Address for the Drop Box is: mon ica.kelley1@us.army.mil. Electronic submissions will be accepted in addition, but not in place of the written submissions. Vendors are asked to provide an electronic photo of their hardware as a separate submission concurrent with the white paper proposa ls. Commercial applications of vendor hardware should be revealed as well. In addition, indicate the name of the Point of Contact (POC) for your company, POC telephone number, FAX number, email and complete address. Each vendor will be subsequently requ ested to complete and submit a Questionnaire that will be provided after white papers are received. The U.S. Army is under no obligation to select any participating technologies. TRE will offer participants an opportunity to obtain unique performance data that can be used in their development work. The US Army is not responsible for any costs (other th an pre-negotiated costs for replacement of contaminated components or items) incurred by the participants as a result of participating in this TRE. Email your questions, if preferred, directly to the US Army Technology Readiness Evaluation Team, Aberdeen Proving Ground, Maryland. The address is monica.kelley1@us.army.mil. Format is plain text.
- Web Link
-
https://dropbox.apgea.army.mil/cgi-bin/dropbox.pl
(http://www1.fbo.gov/spg/USA/USAMC/DAAD13/USA%2DSNOTE%2D070320%2D003/Drop Box)
- Record
- SN01255109-W 20070322/070320221149 (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 |