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 Analytical Identifiers 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
W911SR17RIDNT
 
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: Analytical Identifiers 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 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 identification analysis of indoor biological aerosols for potential pathogenic bacteria, viruses or proteinaceous material. The scope of the information that is being sought covers equipment that can perform analytical identification of potential pathogens in collected indoor aerosols. Appropriate devices may include an established identification technology (for example, PCR) or a novel identification technology that is at the commercial-off-the-shelf (COTS) or advanced prototype stage. Identifiers of particular interest are those that can be operated remotely and/or autonomously, have highly sensitive and specific capabilities for detecting potential pathogenic biological material (bacteria, viruses, and protein), and can autonomously receive and process samples for analysis. Vendors both domestic and international are encouraged to respond. PART I - Technical Criteria. The replenishment consumables for the identifier system, while of interest, should not be submitted as separate entries. Consumables, if applicable, should be included as additional information to support the documentation of a single identifier system. The vendor should provide any test reports indicating Government test participation for the system. Please provide the following information specific to identification analyzers: 1. Provide a brief description of the system hardware components. 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. List the sample matrices that can be analyzed by the device. 6. Describe the sample processing required, if necessary, prior to analyzing a sample on the device. 7. Describe the power supply for the equipment. 8. If battery power is required or optional, state the operational time per battery charge. 9. Provide the recommended storage temperatures for all consumables. 10. Reagent shelf-life at 40°F and at 75°F 11. Provide the consumables cost per analysis event 12. Provide the system buffer composition 13. Describe the training requirements to utilize system 14. 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/38610bfc2f1a2db79243e6ac19ea1b03)
 
Place of Performance
Address: US Army Contracting Command, Aberdeen Proving Ground (ACC-APG), Edgewood Division, ATTN: CCAP-SCE, APG, Maryland, 21010-5401, United States
Zip Code: 21010-5401
 
Record
SN04625767-W 20170813/170811232520-38610bfc2f1a2db79243e6ac19ea1b03 (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.