SPECIAL NOTICE
65 -- Sources Sought
- Notice Date
- 7/2/2025 10:28:40 AM
- Notice Type
- Special Notice
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- W40M MRC0 WEST JBSA FT SAM HOUSTON TX 78234-4504 USA
- ZIP Code
- 78234-4504
- Solicitation Number
- 0012287133
- Response Due
- 7/9/2025 8:00:00 AM
- Archive Date
- 07/09/2025
- Point of Contact
- Clarence C Cude, Phone: 2545538440
- E-Mail Address
-
clarence.c.cude.civ@health.mil
(clarence.c.cude.civ@health.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- SOURCES SOUGHT SYNOPSIS INTRODUCTION The Medical Readiness Contracting Office-West (MRCO-W), Fort Hood Health Contracting Branch (HdHCB), Fort Hood, Texas, 76544-4752, is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support the requirement to provide an analyzer and all reagents to test for Neisseria Gonorrhoeae and Chlamydia Trachomatis to be used at Martin Army Community Hospital (MACH), Fort Benning, GA 31905-2102. The intention is to procure this analyzer on a lease and purchase the reagents for testing. This request is anticipated to result in a Firm Fixed-Priced contract. It is projected that the requirement will be for a twelve (12) month base period with performance starting 1 October 2025 to 30 September 2026, to include one option period from 1 October 2026 to 30 September 2027 including correlation and validation of equipment. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees�, regarding this requirement is strictly prohibited. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES (IN FULL OR IN PART) OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. All Small Business Set-Aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. DISCLAIMER �THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A �REQUEST FOR PROPOSAL (RFP)� TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT.� REQUIRED SALIENT CHARACTERISTICS/CAPABILITIES -Provide analyzers that are FDA approved, 100-240V, and use FDA approved software for FDA approved testing reagents. -Analyzer must have random access, continuous operation capability. -Analyzer must have barcode reader and disk drive with read and write and USB port for loading and downloading data and on-board operator's/ troubleshooting manuals. -No direct plumbing or modification of facility for a water source for operation or for waste drain. It will be a dry system. -Provide analyzer that can use urine, vaginal swabs, endo-cervical swabs, urethral swabs, and liquid based cytology samples. -Facility will not meet requirements that exceed current environmental capabilities: Relative Humidity cannot exceed-15%-75% and must be non-condensing Operating temperature-15-30 degrees Celsius. -Analyzer must interface with the DoD Electronic Health Record system MHS Genesis. -Analyzer must interface with Laboratory Information System (LIS) Cerner for 2-way communication with broadcast download and host. -Analyzer Operating system must be compatible with Windows 10 or higher. -Analyzer must provide capability for data and information storage and data management. -Provide equipment repairs scheduled and unscheduled as well as preventive maintenance and alternate testing or validation for extended downtime. -Provide on-site technical support for installation of analyzers to bring to and maintain a fully operational status including required reagents and supplies. -Provide training at their facility for two personnel and on-site training as needed. -Ensure proper packaging of reagents, supplies, and equipment and that they are shipped at proper refrigerated or frozen temperatures according to manufacturer specifications. -Provide FDA approved reagents for use in clinical testing with expiration dates no less than 6 months of delivery date that function properly and pass lot to lot testing. -Reagents must be ready to use and do not have to be prepared. -Notify the laboratory if there is a recall on any reagents or equipment within 24 hours. -Ensure all shipments arrive Monday through Friday between the hours of 8:00am and 3:00pm EST; excluding holidays and weekends. -Respond to phone calls regarding shipment discrepancies the same day of notification and discrepancy will be corrected within 24 hours. -Provide customer notification of updates on any reagents in writing within 5 business days and ensure continuity of services and availability of reagents during reagent revision when required. -Provide all software and part upgrades at no additional cost. -Respond to service calls within four hours or the morning of the next duty day if after 5:00pm Monday-Friday and correct deficiencies within 24 hours after arrival on-site. -Provide temporary analyzer until the original analyzer is repaired or permanently if the original analyzer can�t be repaired within 72 hours. -Provide on-site scheduled preventive maintenance service as specified by the manufacturers published maintenance manual as necessary to keep system in good condition including lubrications, cleaning (other than those performed at the operator�s level), calibrations, and diagnostics during the lease period as well as provide an onboard maintenance module at no additional cost. -Provide 24 hour telephonic troubleshooting. -The available counter space is 48.1in. x 32.1in. x 69in. (W x D x H) -Must be able to meet DOD Risk Management Framework (RMF) IT cybersecurity certification requirements for analyzer. -Analyzer must be able to provide the following test menu: transcription-mediated DNA/RNA amplification Neisseria gonorrhoeae, transcription-mediated DNA/RNA amplification Chlamydia trachomatis, and transcription-mediated DNA/RNA amplification Trichomonas vaginalis analysis. -Proposed vendor MUST be able to travel to Martin Army Community Hospital, Fort Benning, GA 31905 ELIGIBILITY The applicable NAICS code for this requirement is 325413 In-Vitro Diagnostic Substance Manufacturing.� The Small Business Size Standard is 1,250 employees. The Product Service Code (PSC) is 6550- in vitro diagnostic substances, reagents, test kits and sets. SUBMISSION DETAILS Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to deliver the products listed above. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 5 pages and shall include the following information: �Offeror�s name, address, point of contact, phone number, and e-mail address. �Offeror�s interest in providing a proposal/quote on the solicitation when it is issued. �Offeror�s capability to meet personnel requirements. �Offeror�s capability to perform a contract of this magnitude and complexity (include offeror�s capability to provide both the analyzer and all reagents to test for Neisseria Gonorrhoeae and Chlamydia Trachomatis to be used at Martin Army Community Hospital (MACH), Fort Benning, GA 31905-2102. �Offeror�s type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service-Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability. Documentation of appropriate products must be presented in sufficient detail for the Government to determine that your company possesses the necessary means to compete for this acquisition. Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Clarence C. Cude, Jr., in either Microsoft Word or Portable Document Format (PDF), via email clarence.c.cude.civ@health.mil no later than 10:00 am Central Daylight Time (CDT) on 9 July 2025 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Telephonic inquiries will NOT be honored. All interested businesses must be registered in the System for Award Management (SAM) at https://www.sam.gov to be eligible for award of Government contracts. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c1355dc7dfa7413aa37e5f0e85f4480a/view)
- Place of Performance
- Address: Fort Benning, GA 31905, USA
- Zip Code: 31905
- Country: USA
- Zip Code: 31905
- Record
- SN07496866-F 20250704/250702230041 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |