Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
MODIFICATION

66 -- Rapid sample concentration device

Notice Date
8/27/2013
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-13-T-0331
 
Response Due
9/5/2013
 
Archive Date
10/26/2013
 
Point of Contact
Lisa Zarick, 301-619-2336
 
E-Mail Address
US Army Medical Research Acquisition Activity
(lisa.zarick@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The North American Industry Classification System (NAICS) code is 334516 (size standard 500 employees). The following action is to be competed to fulfill the need of the U.S. Army Medical Research Institute of Infectious Disease (USAMRIID), Fort Detrick, MD, for one (1) rapid sample concentration device. See below for more details. This announcement constitutes the solicitation by the U.S. Army Medical Research Acquisition Activity, Ft Detrick, MD as a Request for Quote (RFQ) and offers must be submitted in writing (oral offers will not be accepted). DESCRIPTION: The Diagnostic Systems Division requires one (1) rapid sample concentration device that can be used to concentrate and purify biological agents from a large volume of clinical (blood, for example) matrix to a small volume that is free of the original clinical matrix. The concentration system should be automated and have an agent purification/ elution process that uses antibody coated magnetic beads. Re-circulating immunomagnetic separation is the desired method of separation. In this process, the system pumps samples over paramagnetic antibody-coated beads in an active system. The system should have high throughput facilitated by cartridges containing sample input wells and elution wells. The system should be flexible to allow the user to conjugate specific antibodies to the manufacturer's paramagnetic beads. The proposed sample concentration device must meet the following minimum essential characteristics: 1.Must by capable of re-circulating immunomagnetic separation 2.Must be able to process samples up to 60mL 3.Must have a total run time of 15 minutes or less 4.Must be no more than 55 lbs 5.Must have dimensions 470mm x 418mm x 276mm (+/- 5mm) 6.Must use immunomagnetic separation 7.Must be capable of purifying intact viruses and bacteria 8.Must be able to handle at least 50 samples per run 9.Must include a one year warranty Delivery is FOB Destination. Delivery will be made to Fort Detrick, MD 21702-5711 no later than 15 days after date of contract. As listed below, this item is subject to the Item Unique Identification requirements as outlined in DFARS 252.211-7003, ITEM IDENTIFICATION AND VALUATION. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. EVALUATION CRITERIA: Basis for award will be lowest price technically acceptable. Therefore, the two evaluation factors applicable to this requirement are (1) technical capability of the item offered to meet the Government requirement and (2) price. The government reserves the right to make award on the initial offers received without discussions. APPLICABLE PROVISIONS AND CLAUSES FOR COMMERCIAL ITEMS: The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.204-7, FAR 52.204-13, FAR 52.207-2, FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-4, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-19 52.222-21, 52.222-26, 52.223-18, 52.225-13, 52.232-33. The following DFARS clauses are incorporated herein by reference: DFARS 252.211-7003, 252.203-7000, 252.203-7002, 252.204-7006, 252.225-7001, 252.323-7003, 252.232-7010, 252.246-7000, 252.247-7023 and Alternate III of 252.247-7023. The full text of the referenced FAR and DFARS clauses may be accessed electronically at http://farsite.hill.af.mil/ POINT OF CONTACT: Lisa Zarick, Contract Specialist lisa.m.zarick.civ@mail.mil All responses to this RFQ must be submitted to the address listed above no later than 12:00pm EST Thursday, 5 September 2013.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-13-T-0331/listing.html)
 
Place of Performance
Address: USAMRIID Porter Street Fort Detrick MD
Zip Code: 21702-5711
 
Record
SN03163957-W 20130829/130827235444-3ddae791ecfc54893980112181488cc3 (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.