Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2012 FBO #3822
SOURCES SOUGHT

66 -- NGDS Increment 1 Deployable Component Synopsis

Notice Date
5/10/2012
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY12R0021
 
Response Due
5/25/2012
 
Archive Date
7/24/2012
 
Point of Contact
Yvette M. Daltorio, 508-233-6184
 
E-Mail Address
ACC-APG - Natick (SPS)
(yvette.m.daltorio.ctr@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov and the Army Contracting Command-Aberdeen Proving Ground, Natick Contracting Division (ACC-APG NCD) site located at http://www3.natick.army.mil/NGDS.html. While it is understood that FBO is a single point of entry for posting of synopsis and solicitations to the internet, NCD is the alternative in case FBO is unavailable. Please feel free to use either site to access the information posted by the ACC-APG NCD. The ACC-APG NCD on behalf of the Joint Project Manager for Chemical Biological Medical Systems (JPM CBMS) under the Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) intends to release a solicitation to procure, on a full and open competitive basis, the Next Generation Diagnostics System (NGDS) Increment 1 Deployable Component system, system consumables, U.S. Food and Drug Administration (FDA) cleared biological warfare agent (BWA), other infectious disease and Chemical Biological Radiological and Nuclear (CBRN) threat in vitro diagnostic (IVD) assays, BWA and non-BWA environmental assays, and contractor logistics support. The NGDS Increment 1 Deployable Component candidates selected for initial award must either be currently under clinical evaluation as an IVD for the U.S. market (clinical trial); be cleared via a 510(k) or Premarket Approval (PMA) by the FDA as an IVD or submitted for clearance or approval; or have received approval by the European Medicines Agency (EMA) as an IVD. The contractual intent is to for the system to be FDA cleared for CBRN warfare threat diagnostics at the time of fielding. Required CBRN threat assays not available at the time of selection will be developed under this contract. NGDS Increment 1 is anticipated to be, a portable, reusable, adaptable analytical system for preparing and processing human clinical samples (e.g., blood, sputum, stool, urine, etc.). At a minimum, the fielded system will be suitable for use at field microbiology laboratories (land-based Army, Air Force and Navy Role deployable medical treatment facilities, including shipboard environments). The Government anticipates that three contracts, incorporating a combination of firm fixed price and cost type Indefinite Delivery/Indefinite Quantity (IDIQ) CLINs, will be awarded for the procurement for the competitive prototyping stage requirements. Upon completion of the competitive prototyping stage, the Government anticipates conducting a down select which will result in one contract taking the contractor through the remainder of the TD Phase to FDA clearance. The contract is anticipated to be a 10-year effort with a base period of approximately nine months and nine one year option periods. The guaranteed minimum order will be the negotiated value of the first delivery order, and the cumulative total of all delivery orders awarded to all awardees will not exceed $250,000,000.00 over the life of the contract. Proposals shall include a small business participation plan. NAICS Code 334516 - Analytical Laboratory Instrument Manufacturing with a small business size standard of 500 Employees will apply. The Government currently estimates that the Request for Proposals (RFP) will be released within the next 20 days, and proposals will be due 45 days after the RFP is released. The proposed solicitation number is W911QY-12-R-0021. In order to be eligible for award, firms must be registered in the Central Contractor Registry (CCR). Offeror may obtain information on registration in the CCR by calling 1-888-227-2423, or via the Internet at https://www.ccr.gov. The Contracting Specialists responsible for this action are Mr. John Conlin and Ms. Yvette M. Daltorio. Please direct any questions regarding this announcement to Mr. John Conlin, by email at John.Conlin3.civ@mail.mil or Ms. Yvette M. Daltorio, by email at yvette.m.daltorio.ctr@mail.mil within 15 days of this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/f47e950a9f6615c4a4aa536149948e2d)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN02744491-W 20120512/120510235149-f47e950a9f6615c4a4aa536149948e2d (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.