Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 28, 2018 FBO #6153
SOURCES SOUGHT

A -- Sensitive and Specific Detection and Identification of Various Bacteria, Viruses, and Biological Toxins in Environmental Samples

Notice Date
9/26/2018
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, 8456 Brigade Street, Building E4215, Aberdeen Proving Ground, Maryland, 21010-5401, United States
 
ZIP Code
21010-5401
 
Solicitation Number
W911SR18S0002
 
Point of Contact
Tolulope Olojo, Phone: 4438544984
 
E-Mail Address
tolulope.o.olojo.civ@mail.mil
(tolulope.o.olojo.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Synopsis only This is a Sources Sought Notice, and is for informational/market research purposes only. THIS IS NOT A REQUEST FOR PROPOSALS, QUOTATIONS OR BIDS. Responses to this sources sought announcement may be used by the Government to make appropriate acquisition decisions. NO SOLICITATION IS CURRENTLY AVAILABLE. The Government will not pay for any material provided in response to this market survey nor return the data provided. This notice is for information purposes only and is not a request to be placed on a solicitation mailing list nor is it a Request for Proposal (RFP) or an announcement of a solicitation. The applicable NAICS code for this procurements is 334516. The Joint Product Manager, Chemical, Biological, Radiological, Nuclear, and Explosive Analytics and Response Systems (JPdM CBRNE A&RS), Aberdeen Proving Ground, MD is conducting market research to identify potential analytical instruments/technologies (or combination of instruments/technologies) with the capability to assess for and identify hazardous microorganisms and toxic substances (produced from microorganisms and plants) in environmental samples in a Mobile Laboratory. The purpose of this announcement is to gather information of state-of-the-art technologies in a bench-top and/or hand-held configuration that is suitable for use outside of engineering controls during sample interrogation. The technology must have the following capabilities: • Suitable for direct analysis of bacteria, viruses, and biological toxins • Ability to simultaneously interrogate an environmental sample for multiple targets in a single reaction • Ability to detect and identify biological constituents in complex hazardous environmental samples (to include soils, plants, food, and various liquid samples) • Any included sample processing protocols must be able to overcome the interfering effects of environmental samples • Ability to be operated safely on a bench-top outside of engineering controls during sample interrogation. • Able to interrogate samples in minutes, not hours • Simple user interface, operation, and data interpretation Responses to this RFI should address the following: 1. Describe the product's technical capability. What are the range of environmental conditions the technology can be used in? How is the product supported and maintained? 2. Describe the company's capabilities and identify the technology/system's technology readiness level (TRL) and manufacturing readiness level (MRL). How is the company structured to support the product if integrated into a program in the near and long term? 3. What is the maturity of the instrument being recommended? Is it early development, late development? Is it in production? Has it been fielded to any of the other Government agencies (please identify them)? Is the instrument or system in use within the private sector? 4. Describe the product's ability to interface with other equipment. What design considerations will be necessary to integrate the product into a system of systems? 5. What operating system does the product use? 6. What is the lead time for the product? What is the company's production capabilities/limitations? 7. What consumables and ancillary equipment are required to support this instrument? What quantity of consumables are required per analysis? Consumables and ancillary equipment must be fully identified, even if manufactured by vendors other than themselves. 8. How long will the product be available for purchase? 9. How long will this product be supported? 10. What is the instrument's "level of sensitivity" to identify/detect the targets chemicals? 11. Describe the Operator interface (i.e., software, ease of use, data capture, interpretation, and export) 12. Describe the typical operation of system (to include sample preparation). All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award. All sources that are able to provide technologies meeting criteria in this announcement should submit their interest to Joint Product Manager CBRNE Analytics and Response Systems Submissions are due no later than 4:00pm, 31 October 2018, Eastern Standard Time. The RFI response shall be submitted to: ATTN: Kevin Kearns: kevin.t.kearns.civ@mail.mil And a copy to the contract specialist at tolulope.o.olojo.civ@mail.mil All information received in response to this notice that is marked proprietary will be handled accordingly. Acknowledgement of receipt of responses will not be made, nor will respondents be notified of the government's view of the information received. Responses to this notice will not be returned. The response to the RFI shall be limited to fifteen (15) pages (8.5" x 11") of English text, excluding test results and reports. It shall be single-spaced, 12 pitch with 1 inch left, right, top and bottom margins. The respondent must also identify all technical data contained in the white paper that is to be treated by the Government as "subject to restrictive markings". In the absence of such identification, the Government will assume to have unlimited rights to all technical data in the white paper. Responses should be submitted, as indicated above, and at a minimum, should include: RFI number, company name, address, telephone number, website address (if available), and indicate business size in relation to the NAICS code 334516. If available, provide your company's System for Award Management (SAM) Cage Code and DUNS number to verify your business status. Informational paper addressing the areas of interest listed above, brochures, published technical specifications, and 3rd party performance verification. The name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives should also be included
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dfc17f2ee1d48dbce31a397fbb11bb0f)
 
Place of Performance
Address: 8228 Scully Road, Maryland, United States
 
Record
SN05106832-W 20180928/180926231354-dfc17f2ee1d48dbce31a397fbb11bb0f (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.