|
COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1998 PSA#2096HSC/YAK, 8107 13th St, Brooks AFB, TX 78235-5218 K -- ENGINEERING SERVICES TO MOFIFY A PATHOGEN ID DEVICE SOL
F41608-98-R-10083 DUE 052898 POC Juan A. Villarreal, Buyer,
(210)536-4907, FAX# (210)536-5421 DESC: This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; acquisition is for sole-source requirement to Idaho
Technology, 149 Chestnut Street, Idaho Falls, ID 83402, in accordance
with Authority: 10 USC 2304(c)1. Standard Industrial Classification
Code is 3826, Small Business Size Standard: 500. This is a Firm, Fixed
Price Requirement. Contract Line Item 0001 is for Quantity: 1 LT,
Noun: Engineering Services to modify a pathogen identification device
that must be capable of identifying certain pathogens in fewer than two
(2) hours and be able to operate in a deployable environment. Contract
Line Item 0002 is for Quantity: 1 LT, Noun: Data in support of line
item 0001, APPL: Ruggedized Advanced Pathogen Identification Device
(RAPID). SALIENT CHARACTERISTICS. The RAPID shall meet the following
performance requirements: 1) Pathogenic Agent Sensitivity. Provide
target specific sensitivity for bio-agents by generating reproduceable
amplification protocols of target nucleic acid sequences. Verify by
test and analysis (the Government will verify this requirement). 2)
Pathogenic Agent Identification Versatility. Provide user programming
capability for current and future test protocols for any biological
agent. System protocols include nucleic acid quantitation and melting
point determinations. Verify by test and analysis (the Government will
verify this requirement). 3) Analysis Rate. Provide an automated
capability to collect test data, notify the operator, and prepare an
incidence message from 30 or more samples within 25 minutes. Provide a
consolidated test run report within 2 minutes. Verify by
demonstration. 4) Reaction Monitoring. As a minimum, the system shall
display the following during the reaction process: cycle temperatures,
cycle number, quantitation data, and reaction times. Verify by
demonstration. 5) InterfaceRequirements. Provide the capability to
interface with commercially available printers. Verify by analysis and
demonstration. 6) Communication Interfaces. Verify the following by
demonstration. (a) Provide for an open system, industry standard,
interface to support remote communications. 7) Set-up Time. Be
operational within 30 minutes of arrival on site (includes setup and
warm-up time). Verify by demonstration. 8) Power Requirements. Verify
the following by demonstration. a) Be compatible with the following
platforms: Field medical hospitals, field medical clinics, and service
designated medical platforms. b) Provide connectivity to continuous
and back-up power sources; provide low-power indication for back-up
power supply. c) Be electrical generator compatible (110V, 60 Hz). 9)
Calibration. If required, calibration will not be performed on the
RAPID at the intermediate level or higher for at least a 12-month
period. Verify by analysis. 10) Safety Considerations. The RAPID and
its accessories shall not present safety hazards to personnel
throughout its life cycle. The RAPID shall be designed to prevent
operator exposure to the sample while preserving sample integrity.
Verify by analysis. 11) Human Factors Engineering. Detect and identify
pathogens with minimum human interaction. The system shall be capable
of being set-up, operated, tested, and torn down while in Mission
Oriented Protective Posture (MOPP) level IV Nuclear, Biological,
Chemical (NBC) protection gear. Verify by demonstration. 12) Movement
Requirements. Be air, land, and sea transportable; compatible with the
463L aircraft pallet loading system; and capable of movement by
theater distribution systems. Verify by demonstration. 13) Electronic
Warfare (EW) Requirements. The RAPID shall be electromagnetically
compatible with other systems within its operating environment. Verify
by test or analysis. 14) Weight Constraints. Weigh 40 pounds or less.
Verify by demonstration. 15) Natural Environment Factors. Meet the
following requirements and verify by analysis or test. a) Be capable of
being transported in varied geographical regions, and under a variety
of environmental conditions to include but not limited to the
following: smoke, dust, rain, salt spray, high humidity, temperature
extremes, reduced atmospheric pressure, and sand. b) Be capable of
being stored in the temperature range of -25 F to 125 F. c) Be capable
of being operated in an Air Transportable Hospital (ATH). 16) Shock
and Vibration. Meet the following requirements and verify by test or
analysis. a) In transport mode withstand the shocks normally induced by
a 1 meter drop. Be capable of initializing and operating after this
test. b) In operational mode, withstand the shock induced when dropped
from a minimum height of 15 centimeters. c) Withstand unrestrained
collisions with the bed and sides of military and commercial transport
vehicles in packaged configurations and initialize and operate after
exposure to loose cargo vibrations while in transport mode.
DELIVERABLES -- a. System Integration and Test. To become a qualified
supplier, the contractor shall conduct test and evaluation in support
of the RAPID system development and to validate that the RAPID system
performance complies with the requirements stated herein. The
contractor shall provide a test report and associated supplemental
data. One test asset will be procured and source data will be
delivered. b. Data Requirements. In support of engineering services a
commercial operation/maintenance manual, easily accessible online
customer support, and software upgrades shall be provided. QUALITY
ASSURANCE PROVISIONS: The contractor shall certify, and maintain
objective quality evidence, that the product offered meets this
purchase description, and that the product conforms to the producer's
own drawings, specifications, standards, and best quality assurance
practices. The government reserves the right to require proof of such
conformance prior to first delivery and thereafter as may be otherwise
provided for under the provisions of the contract. The government
reserves the right to substitute a less rigorous verification method
if, upon examination of the item, such substitution is deemed to be in
the best interest of the government. Delivery: July 1998. SHIP TO:
HSC/YACG, Attn: 2nd LT Clifton Railsback, 8107 13th Street, Bldg 812,
Brooks AFB, TX 78235-5218. F.O.B.: Origin. Inspect & Accept: Origin.
Packaging: Commercial Best Practice. FAR 52.212-1, Instructions to
Offerors-Commercial applies. Offerors must include completed copies of
FAR provision 52.212-3, Offeror Representations and Certifications --
Commercial Items. FAR clause 52.212-4, Contract Terms and Conditions
-- Commercial Items, applies. 52.246-2, Inspection of Supplies.
Addendum: 52.232-33, Mandatory Information for Electronic Funds
Transfer Payment. FAR clause 52.212-5, Contract Terms and Conditions
Required to Implement Statutes or Executive Orders -- Commercial Items
The contractor agrees to comply with the following FAR clauses in this
paragraph(b)which the contracting officer has indicated as being
incorporated by reference to implement provisions of law or executive
orders applicable of commercial items or components: (1) 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
1 (41 U.S.C. 253g and 10 U.S.C. 2402). (2) 52.203-10, Price or Fee
adjustment for Illegal or Improper Activity (41 U.S.C. 423). (3)
52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns (15 U.S.C. 637 (d)(2)and (3).
6)52.222-26, Equal Opportunity. (7) 52.225-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans. (8)52.222-36, Affirmative
Action for Handicapped Workers. (9)52.222-37, Employment Reports on
special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.
4212). DFAR clause 252.212-7001, Contract Terms and Conditions Required
to Implement Statutes Applicable to Defense Acquisitions of Commercial
Items applies. Applicable DFAR clauses cited in 252.212-7001 are:
252.225-7001, Buy American Act and Balance of Payments Program. The
Defense Priorities and Allocations System (DPAS) rating is: Unrated.
Offers are due at Human Systems Center/YACM, 8107 13th Street, Bldg
721, Brooks AFB, TX 78235-5218, on 28 May 98. P.O.C. Juan A.
Villarreal, Buyer, (210)536-4907, Sheree A. Haynie, Contracting
Officer, (210) 536-4919, FAX to(210)536-4563. < (0132) Loren Data Corp. http://www.ld.com (SYN# 0049 19980515\K-0001.SOL)
K - Modification of Equipment Index Page
|
|