Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2023 SAM #7897
SPECIAL NOTICE

65 -- Film Arrays

Notice Date
7/10/2023 12:39:17 PM
 
Notice Type
Special Notice
 
Contracting Office
NAVAL MEDICAL LOGISTICS COMMAND FORT DETRICK MD 21702-9203 USA
 
ZIP Code
21702-9203
 
Solicitation Number
N6264523R0038
 
Response Due
7/25/2023 7:00:00 AM
 
Archive Date
08/09/2023
 
Point of Contact
Lorri Loveland
 
E-Mail Address
lorri.j.loveland.civ@health.mil
(lorri.j.loveland.civ@health.mil)
 
Description
The Naval Medical Readiness Logistics Command (NMRLC) intends to award a sole source contract under the authority of FAR 13.106-1(b)(1) to BioFire Defense, LLC, 79 West 4500 South, Suite 14, Salt Lake City, UT 84107 for the delivery of the described requirement in support of the Naval Medical Research Unit South (formerly NAMRU-6), Lima-Peru. The requirement is for seventy-six (76) Film Array (FA) Respiratory Panels 2.1 in support of NAMRU-6. PERFORMANCE WORK STATEMENT The Armed Forces Health Surveillance Division (AFHSD) - Global Emerging Infections Surveillance and Response System (GEIS) of the U.S. Naval Medical and Research Unit South is seeking to purchase seventy-six (76) Film Array (FA) Respiratory Panels 2.1. FilmArrays have the functionality of performing under one single platform the screening of a myriad of respiratory and febrile pathogens, which cause upper respiratory tract infections, and doing so with the highest sensitivity and specificity. The FilmArray must test simultaneously at a minimum based on syndrome and specimen type for the following 19 viral pathogens with 95% accuracy: Adenovirus; Coronavirus 229E; Coronavirus HKU1; Coronavirus OC43; Coronavirus NL63; Middle East Respiratory Syndrome Coronavirus (Mers-CoV); Severe Acute Respiratory Syndrome Coronavirus (SARS-CoV-2); Human Metapneumovirus; Human Rhinovirus/Enterovirus; Influenza A; Influenza A/H1; Influenza A/H1-2009; Influenza A/H3; Influenza B; Parainfluenza 1; Parainfluenza 2; Parainfluenza 3; Parainfluenza 4; RSV; and 4 bacterial pathogens with 99% accuracy: Bordetella pertussis; Bordetella parapertussis; Chlamydophila pneumoniae; Mycoplasma pneumoniae. The FilmArray integrates sample preparation, amplification, detection and analysis into one simple system that requires just 2 minutes of hands-on time, with a total run time of about an hour. The purpose of this acquisition is to reduce technician time and effort. Rapid and accurate identification of the causative agent of upper respiratory tract infections may also improve patient management by informing timely and effective antibiotic or antiviral therapy, preventing secondary spread of infection, shortening hospital stays and reducing costs of unnecessary ancillary tests. The intent is for this platform to be increasingly distributed among all NAMRU-South study sites in Latin America, and therefore create a uniform diagnostic tool that provides data that is comparable between all the sites. It is the optimum platform for field use, being relatively small for a multiplex system. It is also suitable for extreme altitude, currently in use in Cusco at 3200 meters above sea level. SHIPPING AND DELIVERY Panels are to be shipped in 3 batches as follows: First batch of 26 respiratory panels is expected to be shipped as soon as contract is awarded. Second batch of 25 panels should be shipped 3 months after the first shipment. Remaining 25 panels should be shipped 4 months after the second shipment (no later than July 2024). Shelf life of materials is very important. Expiration date of panels should be the longest possible and at least 12 months from date of each shipment. Prior to each shipment, the contractor should approach the final user and inquire as to whether the expiration date of panels is acceptable. Delivery must be performed by air, due to the delicate nature of panels. Panels should be transported between 15?C and 25?C without exceptions. Shipments need to arrive in Jorge Chavez International Airport, Callao, Peru. There are no set aside restrictions for this requirement.� This notice of intent is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 1 (8.5 x 11 inch) page using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information will not be considered as an affirmative response. 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 or to proceed with a sole source contract. Capability statements are due by 10:00 AM Eastern Time, 25 July May 2023. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word, Microsoft Excel or Adobe PDF attachment to Joshua Grim at the following e-mail address: joshua.m.grim.civ@health.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/5fff6f71ff2c4a1ca69f29c6e4ef0475/view)
 
Place of Performance
Address: PER
Country: PER
 
Record
SN06741718-F 20230712/230710230044 (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.