SOLICITATION NOTICE
65 -- Cost-Per-Test-Spectrometer
- Notice Date
- 7/9/2014
- Notice Type
- Presolicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, Naval Medical Logistics Command, 693 Neiman Street, FT Detrick, Maryland, 21702-9203, United States
- ZIP Code
- 21702-9203
- Solicitation Number
- N0025915RCE0047
- Archive Date
- 9/30/2014
- Point of Contact
- Derek J. Bell, Phone: 3016196914
- E-Mail Address
-
derek.bell@med.navy.mil
(derek.bell@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Medical Logistics Command intends to negotiate on a sole source basis (IAW FAR 13.501) with bioMerieux, Inc., 100 Rodolphe St., Durham, NC, 27712-9402. The contract shall have a period of performance of five (5) years. The contract shall have a period of performance of five (5) years. The requirement for an IDIQ for a cost-per-test contract for the identification of microorganisms, which will include a spectrometer, mass, laboratory and an analyzer, laboratory, microbiology, susceptibility. The cost-per-test contract shall include up to 24,000 tests per option year using Matrix-Assisted Laser Desorption Time of Flight Mass Spectrometry (MALDI-TOF-MS) and 9,000 tests using Antibiotic Susceptibility Testing (AST). The cost-per-test contract shall include equipment, delivery, training, maintenance, and consumables as outlined in the statement of work. Vendor shall be an Original Equipment Manufacturer (OEM) authorized distributor for the proposed equipment and supplies. The systems shall be compliant with the Food and Drug Administration (FDA) requirements to market and deliver medical products for use in the United States of America, even should delivery be requested outside of the United States. The claims made for the product shall comply with the regulations of the FDA with respect to products for marketing and delivery of a medical product for use in the United States of America, even should delivery be requested outside of the United States. The system shall be installed in compliance with OSHA requirements. This acquisition is being conducted under simplified acquisition procedures FAR 13.501 under the authority of the test program for commercial items (section 4202 of the Clinger-Cohen Act of 1996). There are not set-aside restrictions for this requirement. The intended procurement will be classified under North America Industry Classification System (NAICS) 325413 with a small business size standard of 500. This notice of intent is not a request for competitive proposals and no solicitation document exists for this requirement. However, parties interested in responding to this notice will need to submit technical data sufficient to determine capability in providing the same product. All capability statements received by the closing date of this synopsis will be considered by the Government. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Capability statements shall be submitted by email only as a MS Word or Adobe PDF attachment to Derek Bell at derek.bell@med.navy.mil. Statements are due not later than 3:00 PM on 24 Jul 14. No phone calls accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N62645/N0025915RCE0047/listing.html)
- Record
- SN03418897-W 20140711/140710022755-6868a07594c3ec1f9f4b2822ef71b56b (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 |