Texas Bids > Bid Detail

Sources Sought - chemiluminescent-based testing reagents compatible with the Abbott Alinity Instrumentation

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159853040483190
Posted Date: Mar 5, 2024
Due Date: Mar 20, 2024
Source: https://sam.gov/opp/2d58a453a1...
Follow
Sources Sought - chemiluminescent-based testing reagents compatible with the Abbott Alinity Instrumentation
Active
Contract Opportunity
Notice ID
W81K00-22-P-0154
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
MEDCOM
Office
W40M USA HCA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Mar 05, 2024 04:00 pm CST
  • Original Response Date: Mar 20, 2024 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 04, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
  • NAICS Code:
    • 325413 - In-Vitro Diagnostic Substance Manufacturing
  • Place of Performance:
    JBSA Ft Sam Houston , TX 78234
    USA
Description

The Medical Regional Contracting Office, West (MRCO-W) is issuing this Sources Sought Notice to obtain chemiluminescent-based testing reagents compatible with the Abbott Alinity instrumentation currently in use at the Brooke Army Medical Center (BAMC) Department of Pathology and Area Laboratory Services Immunology Laboratory, Fort Sam Houston, Texas. All methodologies should be approved by the Food and Drug Administration (FDA). A base period of performance of twelve (12) months plus four (4) twelve (12) month option periods are contemplated.





THIS IS NOT A SOLICITATION ANNOUNCEMENT – This is a Sources Sought Notice and is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. Solicitations are not available at this time and requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this Sources Sought Notice does not preclude participation in any future RFQ, should one be issued. It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement.





The Government will use responses to this notice in formulating its acquisition strategy. If the Government does not receive sufficient information in response to this notice to verify the potential for competition exists, it is possible that a sole-source contract, supported by a Justification and Approval document, will be issued to support the Government's requirement. MRCO-W is seeking the following information (please answer paragraph below with your response):






  • Company name, DUNS number, CAGE code, and point of contact information (including phone number and email address), and socio-economic category(ies) as related to NAICS 325413 (In-Vitro Diagnostic Substance Manufacturing), such as 8(a), HUBZone, Women-Owned, Service-Disabled Veteran-Owned, Small, or Other-than-Small.






  • Capability Statement (limited to ten pages), describing how your company meets the below objectives, providing additional proof (such as FDA approval) where appropriate:





Our customer, the Department of Pathology, Immunology and Molecular Diagnostics Laboratory Section at BAMC require the following reagents, supplies, calibrators, controls and materials:



Basic Requirements: The contract must include rapid, chemiluminescent microparticle immunoassay-based for the following proteins: glial fibrillary acidic protein (GFAP) and ubiquitin carboxyl-terminal hydrolase L1 (UCH-L1) in human serum and plasma. All methodologies should be approved by the Food and Drug Administration (FDA).



Test Menu and Special Requirements for Awarded Contractor: Vendor must meet, or improve, each Laboratory's existing turn-around times as a minimum and should produce rapid results (less than one hour). Vendor must be capable of supplying reagent and associated consumables for automated testing on for the following:




  • glial fibrillary acidic protein (GFAP)

  • ubiquitin carboxyl-terminal hydrolase (UCH-L1)




Analytical Systems:



All provided products should be compatible with automated analyzers already in operation at Brooke Army Medical Center: Abbott Alinity-i, Bio-Rad BioPlex 2200, or Roche Panther/Fusion, 4800, or 6800 systems.



Reagents and Supplies:




  • Contractor shall provide all reagents necessary to conduct testing as per workload data table on the testing identified. The reagents provided will be utilized for BAMC's traumatic brain injury (via protein measure) assay needs.


  • All testing reagents must be compatible with equipment already in use at BAMC (listed above).


  • Assays must be CMIA based.


  • These reagents shall be approved by the US Food and Drug Administration (FDA).




  • Assays must be in one assay, tube, or cartridge and be self-contained.


  • Assays must provide rapid detection, with results available within one hour.


  • Assays must be compatible with commercially available controls and calibrators.


  • Assays must be compatible with storage at room temperature (20-250C) OR standard refrigeration (2-80C). If temperature-sensitive shipment is required, vendor will confirm as part of the final contract.


  • Quality of Reagents, Supplies and Disposables: The contractor shall assure that all supplies provided/ordered for use on their equipment will be of the quality necessary to produce a quality product. The reagent quality must be high enough to satisfy proficiency testing standards of the CAP and the Joint Commission. In the event that the supplies are found to be defective and unsuitable for use with the contractor's equipment or the contractor has failed to comply with the requirements herein, the contractor is required to deliver the supplies within 24 hours of receipt of the verbal order.


  • Vendor must provide 5 years of FDA field action notifications, if possible.


  • All reagents shall be provided by the manufacturer of the equipment; be marked with the required storage temperature and expiration dates; be maintained at the proper storage temperature during transportation from the Contractor’s storage facility to the U.S. Government acceptance site and be delivered on time at the appropriate storage temperature. Preservation and packing - Preservation and packing shall be performed in accordance with the best commercial practices and in such a manner to afford adequate protection against any damage during shipment from source to destination.


  • The reagents must perform within the manufacturer’s stated/published package inserts. Deliveries of required items will be called in to the Contractor by the designated Contracting Officer’s Representatives. Orders will be delivered within five (5) business days of requested date of delivery.


  • Emergency orders will be delivered within 24 hours using overnight shipping, or, if this shipping requirement cannot be met, the Contractor shall identify the guaranteed emergency order shipping method that can be accommodated in their response to the Solicitation for Bid.



The response due date for this Sources Sought Notice is 4:00 PM CST on Wednesday, March 20, 2024. All questions and comments regarding this announcement shall be submitted via e-mail to the below






Attachments/Links
Contact Information
Contracting Office Address
  • MEDICAL READINESS CONTR OFFICE WEST 3160 MCINDOE BLDG1103
  • JBSA FT SAM HOUSTON , TX 78234-4504
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Mar 05, 2024 04:00 pm CSTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >