SOURCES SOUGHT
66 -- REQUEST FOR INFORMATION BRAND NAME OR EQUAL TO TREK OPTIREAD & AIM AUTOINOCULATOR
- Notice Date
- 7/1/2015
- Notice Type
- Sources Sought
- NAICS
- 339112
— Surgical and Medical Instrument Manufacturing
- Contracting Office
- US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
- ZIP Code
- 21702-5014
- Solicitation Number
- 10722323RFI
- Response Due
- 7/7/2015
- Archive Date
- 8/30/2015
- Point of Contact
- Sharew Hailu, 301-619-9201
- E-Mail Address
-
US Army Medical Research Acquisition Activity
(sharew.hailu.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION FOR A BRAND NAME OR EQUAL TO TREK OPTIREAD & AIM AUTOINOCULATOR. PLEASE EMAIL SHAREW HAILU AT SHAREW.HAILU.CIV@MAIL.MIL WITH A CAPABILITY STATEMENT BY THE DUE DATE. Performance Work Statement (PWS): Automated Susceptibility System Background and Objectives: This effort is in support of the Walter Reed Army Institute of Research Bacterial Diseases program. The Wound Infection Department (WID) requires an automated susceptibility system consisting of an automated fluorometric plate reading system, Food and Drug Administration (FDA)-cleared automated inoculation delivery system, a computer, and required software for the identification and susceptibility testing of bacterial pathogens, be purchased. The automated susceptibility system is critical to identify and characterize the antimicrobial activity of novel compounds which will be submitted to the WID for the testing, evaluation, and development of novel countermeasures in subsequent in vitro and in vivo assays. These evaluations are critical for the efficacy and accuracy assessments of diagnostic assays and antimicrobial agents within the WID prior to submission for FDA clearance or approval, respectively. Background: The equipment covered in this document includes a FDA-cleared automated inoculation delivery system, an automated fluorometric plate reading system, a computer, and required software required for the operationof the aforementioned instruments. The system will be installed as a package to include the necessary hardware, software, installation, and training to enable proper use and maintenance of the equipment. Failure to purchase these pieces of equipment and software will dramatically impact the ability of the WID to execute its mission of bacterial countermeasure development. Objective: Provide the equipment necessary for a streamlined novel compound screening pipeline within the WRAIR WID. The novel compounds to be tested cover a wide breadth of the antimicrobials that may discover alternative therapies to our Service Members, as well as the civilian population. Scope of Work Period of Performance: 07/30/2015 to 7/28/2020 - The contractor shall provide the an automated fluorometric plate reading system - The contractor shall provide the FDA-cleared automated inoculation delivery system -The contractor shall provide the software and computer hardware components needed to operate the plate reading and inoculation delivery systems -The contractor shall oversee and assist with the safe and proper installation of the automated fluorometric plate reading system, FDA-cleared automated inoculation delivery system software and computer system. -The contractor will ensure that the instruments are tested and functional upon installation. -The contractor will make sure that no parts of the instruments are missing or damaged and that both instruments as a are complete and functional. -The contractor will provide training to enable proper use and maintenance of the instruments and software -Contractor will ensure that all tasks related to the scope of work are completed and confirmed by the WRAIR Medical Maintenance and Division POC/COR. The Contractor/vendor will meet the minimum essential characteristics specified below for the automated susceptibility system. Minimum Essential Characteristics: Contractor must be able to provide the an automated fluorometric plate reading system for the identification and susceptibility testing of bacterial pathogens using 96-well plates to hold the bacterial inoculum, antibiotic, and culture media. Software for the operation of the plate reader must be included. The automated fluorometric plate reading system must not exceed 8 inches in height, 13 inches in width, and 20 pounds in weight. Contractor must be able to provide a Food and Drug Administration (FDA)-cleared automated inoculation delivery system for the inoculation of media and other reagents in 96-well plates. The FDA-cleared automated inoculation delivery system must not exceed 12 inches in height, 15 inches in width, or 20 pounds in weight. Contractor must be able to provide all reagents and consumables required for operation of the plate reader and inoculation instruments for the automated susceptibility system. Contractor must be able to provide customizable 96-well plates from a menu of at least 200 antimicrobials for testing on the plate reader and inoculation instruments for the automated susceptibility system. Contractor must be able to provide a computer with all required software to operate the plate reader and inoculation instruments for the automated susceptibility system. The contractor shall oversee and assist with the safe and proper installation of the plate reader and inoculation instruments for the automated susceptibility system,the associated software and computer system. Contractor must be able to provide scheduled maintenance and emergency services for the plate reader and inoculation instruments for the automated susceptibility system. Contractor must be able to provide training for staff on the plate reader and inoculation instruments for the automated susceptibility system.as well as the associated software and computer system. The system must be able to automatically read custom 96 well microtitre susceptibility panels. The system must be able to provided customizable software parameters in Windows based format. The system must be able to provide true MIC results for standard and custom susceptibility panels (e.g. a quantitative measurement, not solely interpretive categorization such as susceptible, intermediate, and resistant). The automated fluorometric plate reading system must be able to automatically read up to 64 plates per automated instrument. The system must be able to provide standard MIC plates for antimicrobials with FDA clearance. The system must be able to provide automated inoculation of standard or custom susceptibility panels, frozen or dry format. The system must be able to provide a shelf life of 12-24 months, room temperature storage, for susceptibility plates. Deliverables/Schedule (POA&M) 1.1The contractor will be required to produce and deliver the following: 1.Contractor will provide the an automated susceptibility system consisting of an automated fluorometric plate reading system, Food and Drug Administration (FDA)-cleared automated inoculation delivery system, associated software and computer hardwareContractor will oversee and assist in the installation and calibration of the automated fluorometric plate reading system and FDA-cleared automated inoculation delivery system to meet the minimum essential requirements listed in the scope of work. 2.Contractor will ensure all instruments, software, and hardware of the automated susceptibility system is working upon installation completion. 3.Contractor will provide the appropriate training for the automated fluorometric plate reading system and FDA-cleared automated inoculation delivery system, to include operation and quality control of the instrumentation, as well as the software. 1.2Place of Delivery All deliverables under this contract consisting of reports, data and other documents shall be delivered to the WRAIR technical point of contact in the Division of Bacterial Diseases, WRAIR lab 3N18, 503 Robert Grant Ave., Silver Spring, MD 20910. 2Travel N/A 3Government Furnished Information and Materials N/A Place of Performance The primary place of performance will be at the Walter Reed Army Institute of Research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/USAMRAA/DAMD17/10722323RFI/listing.html)
- Place of Performance
- Address: WRAIR 503 Robert Grant Ave Silver Spring MD
- Zip Code: 20910
- Zip Code: 20910
- Record
- SN03783156-W 20150703/150701235934-0b32a62e670d9488f6a232999e474b65 (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 |