Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 09, 2004 FBO #0956
MODIFICATION

Q -- Food/Environmental Detection and Identification Device for Pathogens

Notice Date
7/7/2004
 
Notice Type
Modification
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123
 
ZIP Code
78235-5123
 
Solicitation Number
Reference-Number-FA89024183M1M
 
Response Due
7/15/2004
 
Archive Date
7/30/2004
 
Point of Contact
Cheryl Collins, Contract Specialist, Phone 210-536-8223, Fax 210-536-3392,
 
E-Mail Address
Cheryl.Collins@brooks.af.mil
 
Description
The Air Force 311th Human Systems Wing is seeking information from sources that are capable of providing an instrument to test food/environmental samples that uses an electrochemiluminecant detection platform compatible with lyophilized reagents from the Critical Reagent Program (CRP). The instrument should be a ruggedized detection platform for electrochemiluminescence (ECL) that uses ECL reagents which are the standard components of the Critical Reagent Program (CRP). The instrument should have as a minimum the following capabilities: Time to first result ? 30 minutes including set-up. Capable of processing a single sample in one minute and an entire standard 96 well plate in approximately 90 minutes. Ruggedized design in that the case should be a harden molded transport case. The instrument can be used in the transport case. Case dimensions are as follows or smaller: 66cm X 50cm X 40cm. Case will contain sufficient bulk reagents to run over 300 tests. Platform of instrument must incorporate a plate shaker. Compatible with lyophilized CRP, mini-tube assay format for select agents. Must be lightweight with a compact footprint. Instrument should not weigh over 15kg. excluding PC. PC should be a ruggedized laptop per mil spec 810F that supports Windows XP operating system with an external touch screen. Power consumption should be 45 watts or less. Dimensions of instrument should be 38cm X 38cm X 30cm or smaller. Additionally the following information is required: Estimated delivery time from Award of contract. Provide current contract points of contact for contracts of similar items. Provide a complete product description to include capabilities at a minimum. Provide any information regarding the length of warranty and what is covered. Provide limitations on seller?s liability. Provide a description of quality assurance provided in production. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is NOT a Request for Proposal, Invitation for Bid, or an announcement of a solicitation. Response to this RFI is strictly voluntary and will not affect any corporation's ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. The purpose of this document is to identify potential sources. Any requests for a solicitation package will be disregarded. For submissions to be considered developers/sponsors must electronically supply (.doc or .pdf format) the preceding information in the order and format in which it is presented to Mr. Gary Lockwood, gary.lockwood@brooks.af.mil or Lt Cheryl Collins, Cheryl.Collins@brooks.af.mil no later than 1700, July 15, 2004. Telephonic responses will not be accepted. Electronic Media can be mailed to 311 HSW/YAM, 7980 Lindbergh Landing, Brooks City-Base TX 78235-5119, ATTN: Mr. Gary Lockwood. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of preparing submissions in responses to this RFI and the Government's use of such information. Submittals will not be returned to the sender. Respondents of this RFI may be requested to provide additional information/details based on their initial submittals. The Government recognizes that proprietary data may be part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government reserves the right to select one, some, or none of the submissions for further investigation. Submissions shall not exceed ten (10) 8.5 X 11 inch, single-sided pages per product. Product MSDS, independent technical reports, and laboratory reports may be attached in an appendix and will not count against the length requirement. Vendors who submit packages for review do so with the understanding that U.S. Government personnel as well as their support contractors will review their material and data. Respondents will not be contacted regarding their submission or information gathered as a result of this notice nor the outcome of the Government's review of the solicited information.
 
Record
SN00616179-W 20040709/040707211936 (fbodaily.com)
 
Source
FedBizOpps.gov 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.