Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2017 FBO #5742
MODIFICATION

66 -- RFI for Trigger Sensors and Sample Collectors for Biological Aerosols in Indoor Biological Surveillance

Notice Date
8/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911SR) Edgewood, E4215 AUSTIN ROAD, Aberdeen Proving Ground, Maryland, 21010-5424, United States
 
ZIP Code
21010-5424
 
Solicitation Number
W911SR17RTRIG
 
Point of Contact
Suzanne M. Drake, Phone: 4104368417
 
E-Mail Address
suzanne.m.drake2.civ@mail.mil
(suzanne.m.drake2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Market Survey: Request for Information Title: Trigger Sensors and Sample Collectors for Biological Aerosols in Indoor Biological Surveillance This request for information (RFI) is for planning purposes only and shall not be considered as an invitation for bid (IFB), request for quotation (RFQ), request for proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. The government will not award a contract on the basis of this notice, or otherwise pay for information solicited by it. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this announcement nor the Government's use of such information. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The requested information is for planning and market research purposes only and will not be publicly released. In accordance with FAR 15.201(E), responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract. This is a FEDBIZOPPS ANNOUNCEMENT requesting technology information on trigger detector sensors, sample collectors and analytical identification technologies for potential pathogenic bacteria, viruses and proteinaceous material in indoor biological aerosols. Description The BioSciences Division of Edgewood Chemical Biological Center (ECBC) is seeking market research, potential sources, and best practice information for commercially available or advanced prototype technologies that perform or enable indoor biological aerosol detection and air sample collection for subsequent processing and analysis for confirmation of biological material. The scope of the information that is being sought covers the equipment that can perform these tasks: detects biological material in indoor aerosols and triggers a response; and/or collects biological samples from air. Detection triggers of particular interest are those that operate autonomously, have highly sensitive and specific capabilities for detecting biological material (bacteria, viruses, and protein) dispersed in the air in indoor environments, and can communicate status and detection events. Air collection devices of particular interest involve those that can be started autonomously or by an external/remote trigger or electronic signal, and support the collection of biological aerosols that include bacteria, viruses, and proteinaceous samples for the purpose of identifying potential pathogens within various indoor spaces. Additional appropriate devices may also include an identifying technology (for example, PCR) for analyzing the collected sample. Vendors both domestic and international are encouraged to respond. PART I - Technical Criteria. The trigger detectors and sample collection systems can be automated or a multi-component manually operated kit but should primarily serve the purpose of detection and/or collection and packaging of environmental samples for diagnostic analysis. If sample collection systems that are integrated as part of a broader multi-purpose system, such including a detector trigger, are included in the response to this request for information then information on how sample retrieval from a multi-purpose system is conducted should be described. This request for information is focused solely on the collection of biological materials and is not seeking information on other capabilities such as identification. Collector systems can be reusable or single use in nature. Replenishment consumables, while of interest, should be not be submitted as separate entries. Replenishment consumables, if applicable, should be included as additional information to support the documentation of a single collection kit or system. The vendor should provide any test reports indicating Government test participation for the system. Please provide the following information specific to trigger sensors 1. Provide a brief description of the system hardware components for the trigger sensor and the type of detection technology it utilizes. 2. State the system or component cost (in US dollars) to include cost of any consumables needed to support a 24/7 operation. 3. List the size of equipment in height, width and length (in inches or centimeters). 4. List the total weight (in pounds or kilograms) of all components necessary for operation. 5. Describe the power supply for the equipment. 6. If battery power is required or optional, state the operational time per battery charge. 7. Provide the training requirements to utilize the system. 8. Describe the maintenance and calibration requirements for system (if applicable). 9. Describe the testing that has been performed and corresponding results for detecting biological agents, including the concentration of the test agent, state of the test agent(s) (dry or liquid) and distance from sensor to test agent. Please provide the following information specific to sample collectors 1. Provide a brief description of the system hardware components for each role, i.e. trigger sensor, aerosol collector, inline sample processing, identification analysis and any consumables required to support operation. 2. State the system or component cost (in US dollars). 3. List the size of equipment in height, width and length (in inches or centimeters). 4. List the total weight (in pounds or kilograms) of all components necessary for operation. 5. Describe the power supply for the equipment. 6. If battery power is required or optional, state the operational time per battery charge. 7. Explain whether the collector is manually operated or autonomous, or both. State if the collector can be remotely triggered or controlled. 8. State whether or not the collector is capable of multiple sample collections before manual replenishment or operation is necessary. 9. State the duration and rate (i.e. liters of air collected per minute) of aerosol collection time, or the range if these capabilities are variable. 10. Describe the matrix in which the collector deposits the sample, i.e. dry filter or buffer, with buffer components listed and whether the sample is held at ambient or a regulated temperature. 11. Reagent shelf-life at 40°F and at 75°F 12. Provide the consumables cost per collection event (if applicable). 13. Describe the training requirements to utilize system. 14. Describe the maintenance requirements for system (if applicable). Should your trigger/collector system include an identifier, please provide the following information specific to identification analyzers 1. Provide a brief description of the system hardware components for each role, i.e. trigger sensor, aerosol collector, and identification analysis. 2. State the system or component cost (in US dollars) to include consumables. 3. List the size of equipment in height, width and length (in inches or centimeters). 4. List the total weight (in pounds or kilograms) of all components necessary for operation. 5. Describe the sample processing required, if necessary, prior to analyzing a sample on the device. 6. List the sample matrices that can be analyzed by the device. 7. State the power supply for the equipment. 8. If battery power is required or optional, state the operational time per battery charge. 9. Reagent shelf-life at 40°F and at 75°F 10. Provide the consumables cost per collection event (if applicable) 11. Describe the system buffer composition. 12. Describe the training requirements to utilize system. 13. Describe the maintenance requirements for system (if applicable). PART II - Submission of Information. Vendors desiring to respond to this request should provide a white paper as follows: White Paper: Limit the number of pages to four (4) total (Times New Roman, Font 12, one inch margins) excluding cover and photos which can be included separately. Describe the device or system including, at a minimum, the specific information of interest stated in Part I. Any and all proprietary information should be properly marked. Other information of potential interest that vendors could include current and investigational applications of product, future commercial developments, references that document recovery and efficiency of the system or product, and photographs of complete system and components. To be responsive to this announcement a vendor must supply their information as requested by 11 September 2017 as a Microsoft Word document. The recipient email address is: suzanne.m.drake2.civ@mail.mil. At least one image of the sample collection systems should be submitted as a jpeg file with email file sizes not to exceed 5 megabytes. Vendors are requested to provide the name of Contact Person for their company, telephone number, FAX number, email and complete address with each submission of data. This RFI is for market research and informational purposes only. The U.S. Army is under no obligation to select or award a contract for any participating technologies responding to this notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8356fb7e3569e926b57dc778ddbe7c0c)
 
Place of Performance
Address: US Army Contracting Command, Aberdeen Proving Ground (ACC-APG), Edgewood Division, ATTN: CCAP-SCE, APG, Maine, 21010-5401, United States
Zip Code: 21010-5401
 
Record
SN04625764-W 20170813/170811232518-8356fb7e3569e926b57dc778ddbe7c0c (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  © 1994-2020, Loren Data Corp.