Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 11, 2016 FBO #5375
SPECIAL NOTICE

66 -- Notice of Intent to Sole Source Sector PR2 Model 1800 Work Station - MECS

Notice Date
8/9/2016
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Medical Research Acquisition Activity, U.S. Army Medical Research Acquisition Activity, Attn: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014, Maryland, 21702-5014, United States
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-16-T-0351
 
Archive Date
9/10/2016
 
Point of Contact
Wanda D. King, Phone: 3016192376
 
E-Mail Address
wanda.d.king.civ@mail.mil
(wanda.d.king.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Minimum Essential Characteristics for Two (2) Immunoassay System NOTICE OF INTENT TO SOLE SOURCE 1. Solicitation Number: W81XWH-16-T-0351 2. Sole Source Title: SECTOR PR2 Model 1800 Work Station 3. Agency: U.S. Army Medical U.S Army Medical Research Institute of Infectious Diseases (USAMRIID), Fort Detrick, Frederick, MD 4. Contracting Office: U.S. Army Medical Research Acquisition Activity (USAMRAA), Fort Detrick, Frederick, MD 5. Location: Fort Detrick, Frederick, MD 6. Description: The U.S. Army Medical Research Acquisition Activity (USAMRAA) intends to award a sole source Firm-Fixed Price supply contract to Meso Scale Discovery (MSD) located at 1601 Research Boulevard, Rockville, Maryland 20850 including DUNS 113033224 and CAGE Code 1ZHK4. The statutory authority permitting the acquisition of this requirement by other than full and open competition is 41 U.S.C. 1901. The Federal Acquisition Regulation (FAR) citation is 13.501-1(a)(1)(i), and the FAR citation title is "Only one source reasonably available" to include brand name. 7. Background: The U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) has an outstanding national reputation to protect both the Military personnel and civilians from the threat of infectious diseases. USAMRIID plays a vital role in the status of the country's preparedness for biological terrorism and biological warfare and is known the birthplace of medical biodefense operating containment laboratories with extensive training and consultation to other agencies in establishing their own facilities. 8. Scope and Purpose: This requirement is to support the USAMRIID Integrative Biodefense program which requires the PR 2 model 1800 laboratory workstation Catalog Number 180AA-1. MSD is the sole source for development, manufacture, and delivery of the PR2 Model 1800 laboratory workstation. The workstation has the following characteristics that are essential to the requirement for USAMRIID: Ability to measure multiple agents (toxins, viruses and bacteria) from a single sample, electrochemiluminescence (ECL) signal detection technology, plate based immunoassay system capable of 96-well (9, 16, and 25 spot plates), detection electronics - cooled CCD camera, plate read time - 7 minutes, dynamic assay range of 10^5 over the spectrum of assays, temperature operational range 15-30°C minimum, and a system foot print of less than 18 x 18 inches (L x W). The PR2 Model 1800 Workstation will come with a standard warranty for 12 months, installation and training. 9. North American Industry Classification System (NAICS) Code: The NAICS code for this requirement is 334516 size 1000 employees, Analytical Laboratory Instrument Manufacturing. 10. Anticipated Period of Performance: The anticipated period of performance is a 12 months for a standard warranty. A service engineer will install the instrument and verify that is operating properly. 11. Information to Industry: This Notice of Intent to Sole Source is for informational purposes only in accordance with (IAW) Federal Acquisition Regulation (FAR) 5.201 and not a request for competitive proposals. Therefore, no solicitation document exists for this requirement. Interested parties should submit a Capability Statement and pricing information for this requirement within fifteen (15) days of public notice to be considered by the Government. A determination to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Responses received will be considered solely for the purpose of determining whether to conduct a competitive requirement. 12. Response Due Date: Interested vendors should submit the Capability Statement in response to this Notice of Intent to Sole Source electronically by 4:00 PM (EST) 26 August 2016 via e-mail to the Contract Specialist, Ms. Wanda King, at wanda.d.king.civ@mail.mil. No phone calls will be accepted. 13. Notice Closes: This Notice of Intent to Sole Source closes on 26 August 2016 at 4:00 PM. (EST). 14. Confidentiality: No proprietary, classified, confidential, or sensitive information should be included in response to this notice. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). I attest that the aforementioned details are complete, accurate and this Notice of Intent is prepared to the best of my ability. //Signed// Wanda King Contract Specialist
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/W81XWH-16-T-0351/listing.html)
 
Place of Performance
Address: USAMRIID, 1425 Porter Street, Fort Detrick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN04215530-W 20160811/160809235318-a3484faea7288c78dc54eccc1d3b0be6 (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.