SOURCES SOUGHT
65 -- This Full & Open Sources Sought Notice is for a FDA approved Cost Per test for Molecular Diagnostics analyzer and Reagents, for Eisenhower Army Medical Center.
- Notice Date
- 7/29/2015
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- Southern Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
- ZIP Code
- 78234-6200
- Solicitation Number
- W81K0015T0366
- Response Due
- 8/7/2015
- Archive Date
- 9/27/2015
- Point of Contact
- Isaac C. Hammond, 706-787-4309
- E-Mail Address
-
Southern Regional Contracting Ofc
(isaac.c.hammond.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This full and open Sources Sought Notice is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Southern Region Contracting Office- Ft. Gordon Cell (SRCO-FGC). The purpose of this Sources Sought Notice is to identify qualified business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The SRCO-FGC does not intend to award a contract on the basis of responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. This requirement is assigned North American Industry Classification System (NAICS) code 339112. As a result of this Sources Sought Notice, the SRCO-FGC may issue a Request for Quotation (RFQ) through FedBizOpps. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against SRCO-FGC shall arise as a result of a response to this Sources Sought Notice or the SRCO-FGC's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirements. SRCO-FGC has a requirement for a FDA approved Cost Per test for Molecular Diagnostics analyzers and reagents capable of running multiplex testing for qualitative detection and genotyping of the DNA of Human Papilloma Virus (HPV) for Eisenhower Army Medical Center. The platform may not be limited to HPV detection and genotyping it MUST be able to be expanded to include (chlamydia, gonorrhea, and trichomonas) and other PCR testing for other pathogens and capable of performing FDA approved HPV Genotype Test with specific functionality and performance-based requirements of the system. Primary HPV screening can be effective at increasing detection of cervical cancer precursors (CIN3), while allowing extending screening intervals among women testing negative for HPV DNA. Most HPV infections are transient and do not require intervention. Triage tests are needed to decide who among the HPV-positive women requires immediate management vs. follow-up. Saline Characteristics of SYSTEM Sample throughput: 3.5 hours to first result. Up to 450 samples processed in 8 hours. Up to 1,000 samples processed in 13.5 hours. Sample capacity: 180 sample tubes in 9 sample racks. Reagent capacity: 1 reagent kit per quadrant. 4 quadrants on the assay reagent carousel. 1,000-test onboard capacity. Component dimensions (w x d x h): 175.3 cm (69 in) x 91.4 cm (36 in) x 183 cm (72 in) Computer workstation 84 cm (33 in) x 91.4 cm (36 in) UPS 18 cm (7 in) x 22 cm (8.8 in) x 44 cm (17.1 in) Vacuum pump 31 cm (12 in) x 42 cm (16.5 in) x 36 cm (14 in) Weight: Tigris system 581 kg (1291 lbs) Computer workstation 38 kg (85 lbs) UPS (optional) 46 kg (102 lbs) Vacuum pump 16 kg (35 lbs) Sample tube barcode types: Code 39, Code 128 (isbt 128), Interleaved 2 of 5 and Codabar Environmental requirements: Ambient temperature 15 C - 25 C Relative humidity 20% - 85% Electrical requirements: Electrical input 230 VAC, 50-60 HZ, single phase Input current 30 A circuit, dedicated circuit required Max power fluctuation 208V AC +/-10V Electrical connector L6-30R (USA) System output: Heat dissipation 773 watts (2637 Btu/hour) during steady state Drain output None: waste fluids drain to removable containers The ability to process up to 450 samples per 8-hour shift with 100 samples processed per hour Following the first result and up to 1,000 tests in 13.5 hours. Reduce Operator-related Error During Nucleic Acid Amplication 1. Page Limitations: Interested qualified business organizations should submit a tailored capability statement for this requirement not to exceed 10 single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the ability to perform the requirements of the notice described above. All proprietary information should be marked as such. Responses should include a minimum of a two pages demonstrating experience over the past two years meeting the requirements of this notice. Statements should also include an indication of current certified business status; this indication should be clearly marked on the first page of your capability statement (preferable placed under the business concern's name and address). Responses will be reviewed only by SRCO-FGC personnel and will be held in a confidential manner. 2. Due Date: Capability statements are due no later than 2:00 p.m. EST on Aug 7, 2015. 3. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the SRCO-FGC to determine if it can meet the unique specifications described herein. Written responses can be emailed to Isaac Hammond, Contract Specialist at Isaac.c.hammond.civ@mail.mil or mailed to the address located under Point of Contact. All questions must be in writing and can be faxed to (706) 787-6573 or emailed. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the System For Award Management (SAM) www.sam.gov. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, an RFQ may be published on FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation(s). Point of Contact: Inquiries concerning this Notice may be direct to: Isaac C. Hammond Isaac.c.hammond.civ@mail.mil Phone: 706-787-4309 Contracting Office Address: BLDG 39706, 40TH Street Ft. Gordon, GA 30905 Primary Point of Contact.: Isaac C. Hammond Isaac.c.hammond.civ@mail.mil Phone: 706-787-4309
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0015T0366/listing.html)
- Place of Performance
- Address: Southern Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
- Zip Code: 78234-6200
- Zip Code: 78234-6200
- Record
- SN03814937-W 20150731/150729235621-26a6773155b2b067d850d722f540bc2c (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 |