Skip to main content

An official website of the United States government

You have 2 new alerts

Microbiology Analyzers and Reagents Keesler AFB Synopsis

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

General Information

  • Contract Opportunity Type: Special Notice (Original)
  • Original Published Date: May 01, 2024 03:27 pm CDT
  • Original Response Date: May 10, 2024 10:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 25, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
  • NAICS Code:
  • Place of Performance:
    Biloxi , MS 39534
    USA

Description

Synopsis – Microbiology Lab Keesler Air Force Base

The Defense Health Agency Contracting Activity, Southern Markets Contracting Division (SMCD), San Antonio, Texas intends to issue a solicitation for Microbiology Analyzers and Reagents for the Keesler Medical Center at Keesler Air Force Base, Biloxi, MS. The Keesler Medical Center Clinical Laboratory at Keesler AFB, Mississippi requires one (1) automated system that performs microbial identification and antimicrobial susceptibility testing and one (1) automated microbial detection system for the monitoring of the presence or absence of microorganisms from both blood and other sterile body fluid samples.  The successful offeror shall furnish all equipment, reagents, and any necessary services (e.g., maintenance of furnished equipment) to Keesler Medical Center, Keesler AFB, MS for the purpose of Microbiology testing.  The requirement must include equipment and reagents to perform the following number of tests per year:

Required capability

Estimated test quantity per year

Bacterial Gram-negative identification

900

Bacterial Gram-positive identification

500

Neisseria/Haemophilus identification

120

Anaerobic bacterial identification

100

Yeast identification

100

Bacterial Gram-negative susceptibility testing

1,500

Bacterial Gram-positive susceptibility testing

1,300

Bacterial Streptococcus susceptibility testing

120

Yeast susceptibility testing

100

Aerobic bottles for microorganism monitoring

1,500

Anaerobic bottles for microorganism monitoring

1,500

Pediatric bottles for microorganism monitoring

600

All equipment and reagents shall be supplied and serviced through the Contractor to include all parts, equipment, supplies, and other services required to ensure Keesler Medical Center is able to meet its objectives as listed herein.

The anticipated period of performance for this requirement is five (5) years (12-month base period with four 12-month option periods).

This requirement is anticipated to be solicited as Unrestricted through Full and Open Competition, resulting in one (1) Firm Fixed Price (FFP) award being made as a result of Lowest Price Technically Acceptable (LPTA). FAR part 12 and FAR part 13 will be utilized for the resulting solicitation and award. The North American Industrial Classification System (NAICS) code is 325413 - In-Vitro Diagnostics Substances Manufacturing. The Small Business Administration’s size standard for this NAICS code is 1,250 Employees.

The Request for Proposal (RFP) number is HT940824R0006. This solicitation will be available on/about 10 May 2024, will close on/about 10 June 2024, and will be posted on www.sam.gov. Prospective offerors are advised that any selected awardee must be registered with the System for Award Management (SAM) (www.sam.gov) and have a Commercial and Government Entity (CAGE) code prior to any award being made. Paper copies of this solicitation will not be physically issued, and telephone and faxed requests for the solicitation will not be honored.

Points of contact are:

  • David Erpelding, Contract Specialist David.k.erpelding.civ@health.mil
  • Carolynn Benn, Contracting Officer carolynn.j.benn.civ@health.mil

The solicitation will have all the necessary information required for the preparation and submission of offers. Once the solicitation is posted, interested parties are urged to visit www.sam.gov frequently for any updates/amendments to any and all documents. A site visit will be highly recommended for potential offerors that is tentatively being scheduled for 29 May 2024: subject to change.

Attached is a DRAFT Statement of Objectives (SOO) containing a diagram of the available space for required equipment for informational purposes.

Contact Information

Contracting Office Address

  • HCD SOUTH 7800 W IH-10, STE 235
  • SAN ANTONIO , TX 78230
  • USA

Primary Point of Contact

Secondary Point of Contact

History