Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 15,1998 PSA#2096

HSC/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