Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2009 FBO #2644
SOLICITATION NOTICE

A -- THIS IS A CHANGE to Solicitation # W911SR-09-T-0004, dated 26 Jan 2009 FEDBIZOPPS ANNOUNCEMENT for the Joint Biological Tactical Detection System (JBTDS) Identifier. This amendment supersedes the original information found in W911SR-09-T-0004.

Notice Date
2/19/2009
 
Notice Type
Modification/Amendment
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, RDECOM Acquisition Center - Edgewood, RDECOM Acquisition Center - Edgewood, ATTN: AMSSB-ACC-E, 5183 Blackhawk Road, Aberdeen Proving Ground, MD 21010-5424
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR-09-T-0004
 
Response Due
3/16/2009
 
Archive Date
5/15/2009
 
Point of Contact
Gregory J Jamison, 410-436-4448<br />
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Edgewood Chemical Biological Center (ECBC), Technology Evaluation Branch in support of the Joint Program Manager (JPM) for Biological Defense, is sponsoring a Technology Readiness Evaluation, (TRE) 09-1 for the Joint Biological Tactical Detection System (JBTDS) Identifier. The purpose of the TRE is to evaluate mature and advanced prototype biological warfare agent identification technologies using nucleic and/or non-nucleic acid detection that are fully or semi-automated. Vendors both domestic and international are encouraged to respond to this opportunity with hardware and data demonstrating (a.) Technology Readiness Level (TRL) 5 or higher, (b.) ability to automatically conduct a simultaneous analysis for eight (8) or more antigens in a single two (2) milliliter liquid sample in a buffer (phosphate buffered saline, (PBS) with 0.1 % Triton at 7.4 pH) down to the species level, (c.) identify blind samples within sixty (60) minutes from time of sample introduction (includes sample prep time, if any), and (d.) performance that has at least a 90% probability of identification at 80% confidence for limit of identification of biological challenge materials. The challenge materials are: one live vegetative bacterium vaccine strain, crude and washed inactivated bacteria spores, and two inactivated viruses at approximate concentrations of 2000 cfu/ml for spores, 1000 cfu/ml for vegetative bacteria, and 800 pfu/ml for viruses, five (5) percent or less probability of false identification, consumable operating cost less than $75 per sample challenge, size and weight or potential to be no greater than one and a half (1.5) cubic feet, and thirty seven (37) lbs. in carry configuration with sufficient consumables to analyze ten (10) samples, temperature and power operation from ten (10) degrees to forty (40) degrees Celsius, Power- standard military batteries, and potential or capability to identify additional antigens automatically (Expandability). Plans are underway to conduct the JBTDS identification TRE in two (2) phases. Phase I is an assessment phase consisting of a review of the white paper proposals followed by a determination of eligibility. Candidates will be invited to proceed to Phase II and participate in a laboratory evaluation based upon a positive assessment of the information contained in their White Paper concerning the following criteria: (a.) Probability of Identification and Probability of False Identification without Interferents, (b.) Limit of identification and dynamic Range of Concentration, (c.) Set up Time, Start up time, Sample Process Time and Throughput, (d.) Power, Size, and Weight of Hardware, (e.) Simultaneous Antigen Identification, and (f.) Maturity for JBTDS Integration, (g.) Threat Coverage, (h.) built-in test (BIT) conducted automatically, (i.) Operate from standard rechargeable and non-rechargeable military batteries that provide sufficient power to analyze up to ten (10) samples within a 24 hours period at 25 degrees Celsius; (j.) Set up time less than five (5) minutes from carry configuration; and (k.) Data output ready. Vendors can use commercial antibodies/PCR primers and probes for the target challenge materials stated above in lieu of Government materials or antibodies/PCR primers and probes from the Government Critical Reagents Program (CRP). Only upon request by the vendor in writing the Government can provide Critical Reagent Program (CRP) materials to vendors participating in Phase II of the TRE. If the candidate technology is an immuno-assay based technology, CRP antibodies can be provided so the test participant may develop sufficient assays for testing. If the candidate technology is a nucleic acid based technology, then CRP Polymerase Chain Reaction (PCR) assays can be provided so test participants may train their instrumentation. Requests in writing will be sent to joseph.anthony.traino@us.army.mil within seven (7) days after receipt of the invitation letter stating what is requested and to whom to ship the materials (Complete name and address. Materials will be shipped to vendors Monday through Wednesday only for overnight delivery by Fed Ex.] The Government will also provide challenge materials to vendors in April 2009. Phase II operations will be conducted in the third to fourth quarter of FY 2009 in a Biological Safety Level (BSL2) facility against vaccine strain of, one live vegetative bacterium vaccine strain, crude and washed inactivated bacteria spores, two inactivated viruses and blank samples. Vendors must provide sufficient number of systems to analyze 30 blind samples per eight (8) hour day for test purposes. Vendors will operate their system during TRE for four (4) weeks. An ORI consisting of two (2) days of preliminary testing will be conducted prior to the start of TRE sample testing. A range of sample concentrations will be prepared in phosphate buffered saline with Triton and given to vendors to process and make adjustments to their systems as required. It is estimated that during Phase II a maximum of approximately 400 blind liquid samples per vendor system (excluding the ORI) will be tested. The sample challenges will include blanks. The estimated test time is about four (4) weeks for set-up, ORI and completion of testing at Dugway Proving Ground, Utah (one (1) hour outside of Salt Lake City). Location for conduct of the TRE is the Life Sciences Division Training Area, Dugway Proving Ground, Utah. Test participants invited to Phase II will be notified in March 2009. The selected vendors will be invited to make a technical presentation of their system (Industry Days) in April 2009. Briefings will be provided by the Vendor in a PDF format, along with ten (10) copies of their briefing. The ECBC TRE 09-1 Team will coordinate with each vendor the schedule of vendor presentations, where to send the ten (10) copies of the vendor presentation, and briefing location that is to be determined (TBD). The vendors White Paper proposal will be tailored to include system information and be formatted as follows: The proposal format is Times New Roman, not less than eleven (11) point as follow: The content will address the Technology Employed, System Nomenclature/Title, Detailed System Description, Cost, Biological Agent Capability List and Sensitivity, Physical Properties, Power Requirements, Equipment Operating Procedures and Safety Precautions, Auxiliary Support Equipment (if any), Performance Test Data including, Test Reports, and Logistics Requirements. The White Paper is limited to ten (10) pages maximum excluding test reports. To be responsive to this announcement, vendors must supply their white paper proposal in writing to U.S. Army Research, Development and Engineering Command (RDECOM), 5183 Blackhawk Road ATTN: AMSRD-ECB-RT-DE (Daniel M. Nowak), Building E3326, Aberdeen Proving Ground, MD 21010, no later than close of business on 16 March 2009. Concurrently an electronic copy of the white paper in PDF format will be placed in this electronic Drop Box [https://dropbox.apgea.army.mil/cgi-bin/dropbox.pl]. Access to the ECBC drop box can be done from any Browser. The Recipient Email Address for the Drop Box is: monica.kelley1@us.army.mil. ONLY PDF FORMAT IS ACCEPTABLE FOR INFORMATION SUBMITTED. Your files will have a special prefix designation of JBTDS Identifier, followed by your company name, and then the name of the file. For example: JBTDS_Identifier_ONI_Art_whitepaper.pdf. DO NOT use blank spaces in the file name and the file name is not case sensitive. Electronic submissions will be accepted in addition, but not in place of the written submissions. Vendors are asked to provide an electronic photo of their hardware as a separate submission concurrent with the white paper proposals. Commercial applications of vendor hardware should be revealed as well. In addition, indicate the name of the Point of Contact for your company, POC telephone number, FAX number, email and complete address. Each vendor will be subsequently requested to complete and submit a Questionnaire that will be provided after proposals are received. The U.S. Army is under no obligation to select any participating technologies. TRE will offer participants an opportunity to obtain unique performance data that can be used in their development work. The US Army is not responsible for any costs incurred by the participants as a result of participating in this TRE. Email your questions, if preferred, directly to the US Army Technology Readiness Evaluation Branch, Aberdeen Proving Ground, and Maryland. The email address is daniel.nowak@us.army.mil; with copy furnished to joseph.anthony.traino@us.army.mil. Format is plain text.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=094a0e2d09ddeb06e75a5bbd0d88fb45&tab=core&_cview=1)
 
Place of Performance
Address: RDECOM Acquisition Center - Edgewood ATTN: AMSSB-ACC-E, 5183 Blackhawk Road Aberdeen Proving Ground MD<br />
Zip Code: 21010-5424<br />
 
Record
SN01753341-W 20090221/090219220602-094a0e2d09ddeb06e75a5bbd0d88fb45 (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.