Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

66 -- Polymerase Chain Reaction (PCR) analysis system

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
RDECOM Acquisition Center - Natick, ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
N6311609MP90144
 
Response Due
9/21/2009
 
Archive Date
11/20/2009
 
Point of Contact
Kevin J Kuros, 508-233-4584
 
E-Mail Address
RDECOM Acquisition Center - Natick
(kevin.kuros@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and in conjunction with FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) This solicitation (numbered N6311609MP90144) is issued as a request for quotations (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. (iv) There is no set aside for this acquisition. (v) Items: 0001 Polymerase Chain Reaction (PCR) analysis system see requirements in section (vi) below: QUANTITY 1 0002 PCR Build Station QUANTITY 1 0003 Thermacycler QUANTITY 4 0004 Thermacycler Controller QUANTITY 1 0005 Installation / Integration / Training Services QUANTITY 1 0006 Influenza Surveillance Kits QUANTITY 50 (vi) Description of requirements for Items being acquiredsee (v), above. 1) Device Requirements "Capacity to detect bacterial and viral pathogen in complex clinical samples via the analysis of homologous gene segments. "Drill down on bacterial species and also provide the 'ratio' of a particular species within the clinical material. "Provide both 'diagnosis' as well as 'characterization / quantification' in a single run. "Analysis should be completed in less than 5 hrs. "A backup function is required in the protocol to look for other causes of Febrile Respiratory Illness (FRI). 2) Identification / Analysis Identification Analysis as follows: "ALL species of bacteria (all members of the kingdom Eubacteria) "Adenoviruses (Serotype-level identification) "Alphaviruses (strain ID) "Enteroviruses (strain ID) "Rhinoviruses (strain ID) "Flaviviruses (strain ID) "Herpesviruses (Alpha, Beta and Gamma) "Parvoviruses (strain ID) "Group A Strep (serotype identification) "All types of influenza A and influenza B "The device should analyze all of the above from raw, uncultured specimen extracts. "Must be a Stand alone device that doesn't require any other equipment. 3) Analysis Results / Turnaround Time "Minimum sample size of 300 samples must be analyzed within a 24 hour period. "Results must be reported as species and strain type identifications with no further analysis or interpretation needed. "Results will be generated for all segments of the influenza virus genome, and species and strain ID is independent for each segment. "Amplicons can be purified for additional analysis. (vii) Delivery Info: All items will be delivered FOB Destination to: Naval Health Research Center (NHRC) Dept. 166, McClelland Rd at Patterson Rd, Gate 4, Building 315 Shed, San Diego, CA 92152. DoDAAC: N63116. The total quantity ordered shall be delivered in a single shipment to be made within one month of award. (viii) The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition and is incorporated herein by reference. (ix) The provision at FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition and is incorporated herein by reference. Quotations for the items in (v), meeting the delivery requirements in (vii), will be evaluated on the basis of price. (x) Quotes shall be submitted with a completed copy of the provisions at FAR 52.212-4 and DFARS 252.212-7000, unless a completed copy of these provisions is available online at ORCA. (xi) The clause at 52.212-4, Contract Terms and Conditions applies to this acquisition and is incorporated herein by reference. (xii) The clauses at 52.212-5 and 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, apply to this acquisition, including the following clauses, all of which are incorporated herein by reference: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, 252.203-7000, 252.225-7001, 252.247-7023, 252.247-7024. (xiii) N/A (xiv) N/A (xv) Quotations shall be submitted electronically to kevin.kuros@us.army.mil not later than Monday, 21 September 2009 at 8:00AM EST. (xvi) Please contact Kevin Kuros at kevin.kuros@us.army.mil (508-233-4584) for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMC/DAAD16/N6311609MP90144/listing.html)
 
Place of Performance
Address: RDECOM Acquisition Center - Natick ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN01957996-W 20090918/090917001635-72c9355ccfe49c4db08003bfa86dec90 (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.