65--High Speed Immunochemistry Screening Analyzers
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: Solicitation (Original)
- Original Published Date: Sep 08, 2022 06:24 pm EDT
- Original Date Offers Due: Sep 22, 2022 01:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 07, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6630 - CHEMICAL ANALYSIS INSTRUMENTS
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: , MD 21702USA
Description
The Naval Medical Readiness Logistics Command (NMRLC), formerly the Naval Medical Logistics Command (NMLC), is advertising a full and open solicitation for high speed immunochemistry screening analyzer system devices. It will result in a single award Firm Fixed Price (FFP) contract to provide analyzer devices for the federal Drug Demand Reduction Program (DDRP) and Department of Defense (DoD) Drug Testing Program (DTP). The North American Industrial Classification System (NAICS) Code is 334516 and Federal Product/ Service Code is 6630. The small business size standard is 1,000 employees .
The requirement is for six (6) high speed immunochemistry screening analyzer systems. The system shall consist of the hardware and software required to process urine specimens with high throughput capacity, maintain the identity of each test performed on each sample, perform urinalysis testing, store the results, transmit the data via an interface to the DoD Drug Demand Reduction Program (DDRP) Laboratory Information Management System (LIMS); and print a report of results on command.
The locations of the devices are: two (2) systems at Navy Drug Screening Laboratory Great Lakes; and one (1) system for each of the following four locations: Navy Drug Screening Laboratory Jacksonville, Army Forensic Toxicology Drug Testing Laboratory Fort Meade, Army Forensic Toxicology Drug Testing Laboratory Tripler Army Medical Center, and Headquarters Air Force Drug Testing Laboratory Lackland Air Force Base.
The requirement includes two Options. Option 1 is for augmentation of an additional seven (7) high speed immunochemistry screening analyzer systems with reduced throughput capacity requirements. The systems must be the same manufacturer as the base requirement in order to rapidly augment the required systems. Six (6) systems shall provide 2/3 specimen throughput of the required systems, and one (1) system shall provide 1/3 specimen throughout of the required systems . The Option 1 systems shall expand the production capability of the systems procured under the base contract.
Option 1 will be for two (2) systems with 2/3 specimen throughput at Navy Drug Screening Laboratory Jacksonville. Additionally, one (1) system with 2/3 specimen throughput will be located at each of the following four locations: Navy Drug Screening Laboratory Great Lakes, Army Forensic Toxicology Drug Testing Laboratory Fort Meade, Army Forensic Toxicology Drug Testing Laboratory Tripler Army Medical Center; and Headquarters Air Force Drug Testing Laboratory Lackland Air Force Base. Finally, one (1) system with 1/3 specimen throughput will be located at Armed Forces Medical Examiner System (AFMES), Dover, DE.
Option 2 will be for one (1) system with 2/3 specimen throughput at Army Forensic Toxicology Drug Testing Laboratory Fort Meade, MD. (Pending change)
The proposed contract is anticipated to be awarded by 28th December 2022. The solicitation will be issued as a Request for Proposal (RFP) utilizing Commercial Acquisition Procedures per FAR 12. The solicitation number will be N62645-22-R-0017. It is each offeror 's responsibility to download the solicitation from the internet website. No paper copies will be provided. Notification of amendments shall be made via the Internet as well. It is therefore the contractors ' responsibility to check the SAM website daily for any posted changes to this solicitation. Contractors may view and/or download this solicitation and all amendments from the Internet after solicitation issuance at the following Internet address: https://www.SAM.gov. Offeror's must be registered with the System Award Management (SAM), in order to submit a proposal on a Government solicitation. To register, the SAM Internet address is: https: //www.sam.gov/SAM. The contract specialist for this solicitation will be Phil Crichlow. All questions or comments should be forwarded via SAM.gov or by email to philmore.h.crichlow.civ@mail.mil. Note: after 01 October 2022, email will be philmore.h.crichlow.civ@health.mil.
Attachments/Links
Contact Information
Contracting Office Address
- 693 NEIMAN STREET
- FORT DETRICK , MD 21702-9203
- USA
Primary Point of Contact
- Philmore Crichlow
- philmore.h.crichlow.civ@mail.mil
- Phone Number 3016198895
Secondary Point of Contact
History
- Oct 13, 2022 11:56 pm EDTSolicitation (Updated)
- Sep 22, 2022 06:33 pm EDTSolicitation (Updated)
- Sep 17, 2022 11:56 pm EDTPresolicitation (Updated)
- Sep 15, 2022 02:38 pm EDTSolicitation (Updated)
- Sep 12, 2022 12:10 pm EDTSolicitation (Updated)
- Sep 10, 2022 12:05 am EDTSolicitation (Updated)
- Sep 08, 2022 06:24 pm EDTSolicitation (Original)