Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 03, 2022 SAM #7551
SOURCES SOUGHT

66 -- Antimicrobial Susceptibility Testing (AST) System - Sources Sought

Notice Date
8/1/2022 5:48:20 AM
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
USDA ARS MWA AAO ACQ/PER PROP PEORIA IL 61604 USA
 
ZIP Code
61604
 
Solicitation Number
12505B22Q0187SS
 
Response Due
8/9/2022 3:00:00 PM
 
Point of Contact
Aaron Dimeo
 
E-Mail Address
aaron.dimeo@usda.gov
(aaron.dimeo@usda.gov)
 
Description
A market survey is being conducted to determine if there are adequate Small Businesses, Disadvantaged Small Businesses, SBA-certified 8(a) Program Participants, SBA-certified HUB Zone Businesses, Veteran-Owned Small Businesses (VOSB), Service Disabled Veteran Owned Small Businesses (SDVOSB), Women-Owned Small Businesses, AND/OR Economically Disadvantaged Woman Owned Small Businesses (EDWOSB) contractors available for a proposed project who meet the specific criteria outlined below. This is a SOURCES SOUGHT NOTICE ONLY. This is NOT a solicitation Announcement, Request for Quote, Request for Proposal, or Request for Bids. It does NOT constitute any commitment by the Government. NO award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture (ARS) requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service. The USDA Agricultural Research Service (ARS) will NOT award a contract on the basis of responses OR pay for the preparation of any information submitted. Respondents will NOT be notified of the results of this notice. After completing an analysis of the responses, the Government will determine whether to limit competition to 8(a), HUBZone, Disadvantaged, VOSB, SDVOSB, Women-Owned, EDWOSB, or other small business firms, or to proceed with issuing an unrestricted solicitation, inviting full and open competition. The NAICS code for the expected acquisition is 334516 with a Size Standard of 1,000 employees and the PSC Code is 6640. Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13. The Department of Agriculture (ARS) has the need for the following product(s): 001) Antimicrobial Susceptibility Testing (AST) System Scope: The USDA-ARS Food Animal Environmental Systems Research Unit (FAESRU) in Bowling Green, KY is seeking sources for an Antimicrobial Susceptibility Testing (AST) System. An Antimicrobial Susceptibility Testing (AST) System is needed to allow processing of microbial samples for multiple antibiotic susceptibility testing in 96 Well plate format to accurately obtain minimum inhibitory concentration (MIC) results using US National Antimicrobial Resistance Monitoring System (NARMS) Gram Negative panels and Gram Positive panels, thus eliminating the need to outsource laboratory testing services at the USDA-ARS FAESRU in Bowling Green, KY. Background: � The microbiology research is the cornerstone of the USDA-ARS-FAESRU and has produce very valuable and quality research since the inception of the Bowling Green, KY ARS unit. We are seeking an Antimicrobial Susceptibility Testing (AST) System to further strength our microbiology research by having the ability to perform high throughput antibiotic susceptibility testing. The instrument will allow for us to process thousands of isolates without having to rely on outside service and give us flexibility and expedite our sample processing time in the future. Most importantly, it will also ensure we meet FDA, USDA and CDC standards by being able to use NARMS approved panels for AST. Technical Requirements/Tasks:� The Antimicrobial Susceptibility Testing (AST) System must Be able to deliver accurate antimicrobial susceptibility testing of the most commonly prescribed antibiotics, as well as novel, and last-resort antibiotics, to provide meaningful results. Comply with FDA, USDA and CDC standards using NARMS approved antibiotic panels Provide accurate MIC values needed to guide more targeted future research. It needs to be a benchtop automated incubation and reading system for antimicrobial susceptibility testing and identification of bacterial pathogens. Designed to accommodate large number of microtitre plates within a single instrument. The instrument needs to fulfill the following capabilities: Must be able to process NARMS Gram Negative CMV5AGNF AST Plates and NARMS Gram Positive CMV4AGP AST Plates Immediate and easy operation with intuitive integrated LCD touchscreen user-interface. Access to critical test information 24/7. Automated reads, streamlined workflow with flexible load/unload capabilities via removable plate racks, enhanced loading and batch load/unload functions. Ability to load 100 microtitre plates at any one time, with advanced plate sorting algorithms to optimize read times and enable efficient plate removal. Barcode reader that seamlessly links your plates to the software system to manage plate handling, reading and reporting. Automatically reads microtitre plates at the time specified during plate setup in the software. Ability to choose from a wide range of standard AST plates, or customize plates tailored to our research needs and dilution ranges. Process more tests at one time while conserving valuable bench space. Ideally the instrument must include the following components: 1. Automated Reading and Incubation System for AST 2. Digital Minimum Inhibitory Concentration (MIC) Viewing System 3. Nephelometer (Aerosol Photometer) We require the AST System have a nephelometer. The nephelometer must be compact, not exceeding 6 in x 4 in, and have a graphical green to red scale that is calibrated using the FDA approved Sensititre McFarland standard. Both units must be able to use Sensititre dosing tubes and heads. 4. Automated Inoculation Delivery System We require the AST system have Automated Inoculation Delivery System. The unit must be able to accurately and reproducibly inoculate 50 ul and/or 100 ul into specialized 96-well Sensititre antimicrobial susceptibility testing panels. It must have the specific dosing pattern required for the various Sensititre susceptibility testing panels already programmed per NARMS requirement and preferred by FDA, USDA and CDC.� The unit must be able to use Sensititre dosing tubes and heads and have an instrument footprint less than 14in x 14 in. It needs a USB port and regulatory status cleared by prementioned federal agencies. 5. Software System Complete 6. Barcode Label Reader 7. Barcode Label Printer Key Deliverables: Automated Reading and Incubation System for AST Digital Minimum Inhibitory Concentration (MIC) Viewing System Nephelometer (Aerosol Photometer) Automated Inoculation Delivery System Software System Complete Barcode Label Reader Barcode Label Printer Deliverables / Schedule: Delivery is to be made within 20 weeks (or 140 days) of award to the USDA-ARS FAESRU located at 2413 Nashville Road B-5, Bowling Green, KY 42101. Any deviation from that schedule due to unforeseen issues should be communicated to the buyer immediately. The vendor shall provide all items F.O.B: destination. Location of the Government site is aboard Bowling Green, KY and will be identified in the contract. The Government anticipates award of an Indefinite Delivery, Indefinite Quantity (IDIQ) contract. Capability Statement: Companies who have the experience, as well as an interest in doing business with ARS, plus those that can provide technically acceptable products should submit a Capabilities Statement which, for this notice, is NOT a quote, proposal, or bid, but rather short statements regarding the company's ability to demonstrate their expertise and experience in relation to the areas specified in this notice. In addition to the Capabilities Statement, companies should complete the attached Sources Sought Response Form and indicate whether they are a Large Business, Small Business, Disadvantaged Small Business, SBA-certified 8(a) Program Participant, SBA-certified HUB Zone Business, Veteran-Owned Small Business, Service Disabled Veteran Owned Small Business (SDVOSB), Women-Owned Small Business, AND/OR an Economically Disadvantaged Woman Owned Small Business (EDWOSB). To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A Unique Entity Identifier (UEI) number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. Vendor must include their UEI# on their capability statements. To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this sources sought or qualify as a small business under the listed NAICS code. If a prospective vendor is NOT registered under the specified NAICS code and would qualify to be registered under it then they should update their SAM registration prior to providing a capabilities statement. Finally, to be eligible, all vendors must be NDAA 889 Certified. Contractors will represent that: It will NOT provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that it does NOT use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. Submitting a Capability Statements: Questions in regards to this Sources Sought must be submitted through email to aaron.dimeo@usda.gov. Telephone inquiries will NOT be accepted. Responses (capability statement AND a sources sought response form) should be submitted via email to aaron.dimeo@usda.gov by Tuesday, August 9, 2022 at 5:00 PM�Central Time (CT). Disclaimer: This notice does NOT obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate.�Respondents are also advised that under NO obligation to acknowledge receipt of information or provide feedback about any of the information received.�After review of the responses received, the Government MAY issue a combined synopsis and solicitation. NO proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/874087c7d6154132b4d41d3adb7c99d1/view)
 
Place of Performance
Address: Bowling Green, KY 42101, USA
Zip Code: 42101
Country: USA
 
Record
SN06409921-F 20220803/220801230135 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.