Skip to main content

An official website of the United States government

You have 2 new alerts

Automated Microbiology Detection System

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)
  • Original Published Date: May 02, 2024 09:13 am CDT
  • Original Response Date: May 07, 2024 12:00 am CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: May 22, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Fort Huachuca , AZ 85613
    USA

Description

The purpose of this sources sought notice is to determine if responsible small or large business sources exist capable of fulfilling the needs identified in this effort, for market research purposes only.  The proposed North American Industry Classification System (NAICS) Code is 334513 with a corresponding NAICS Size Standard of 750 employees.  The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a) Program, Service-Disabled Veteran-Owned Small Business (SDVOB) Procurement Program, HUBZone Program, and Women-Owned Small Business (WOSB) Program concerns IAW FAR 19.203. 

The Medical Readiness Contracting Office - West, Fort Sam Houston, Texas, is seeking potential sources to provide one (1) Automated Microbiology Detection System in support of the Pathology Department, Raymond W. Bliss Army Health Clinic (RWBAHC), Fort Huachuca, Arizona.

Salient Characteristics:

  • Desired Characteristics:

o U.S. EPA approved for the presence/absence of E. coli and total coliforms.

o Self- contained automated microbiology detection system

o Instrument can run up to 16 samples at once, using multiple incubation temperatures and test types.

o Incubation and interpretation in 2-24 hours, depending on test type.

  • Technical Specification Characteristics:

 o         Full automation.

 o         Laboratory-grade test results

 o         Dynamic range of <1 to 108 CFU in 100 mL without requirement for sample dilution

 o         7 inch front touch-screen display. USB port for keyboard, mouse and/or barcode scanner.

 o         Power cords and cables

  •  Desired Advanced user features

 o         Non-technical personnel can initiate testing and perform all required quality-assurance procedures to ensure laboratory-grade test results.

 o         Automation eliminates the need for subjective, visual interpretation of results.

 o         A written email is produced for each sample.

This requirement is expected to result in the award of a single Firm-Fixed Price contract.

Delivery Schedule: 60 days after receipt of Order (ARO)

Contractors responding to this sources sought notice are advised their responses does not ensure  participation in future solicitations or contract awards. The government will not reimburse any company or individual for any expense associated with preparation or participation in this research. Interested parties should e-mail responses to keith.c.blackmon.civ@health.mil by the date identified below.

Contractor responses should include:

1. The size of your business with regard to North American Industry Classification System (NAICS) code 334513 per the standard described in Federal Acquisition Regulation (FAR) Part 19.102 (FAR available at www.acquisition.gov).

2. If you believe this procurement action should be performed under a different NAICS code, please recommend an alternate NAICS code and the rationale for the alternate code.

3. Recommended proposal schedule (Contract Line item) and invoicing terms

4. Company name, DUNS, CAGE, Contact information.

5. Submit no later than 12:00 PM CST, 07 MAY 2024.

Contracting Office Address: Medical Readiness Contracting Office-West (MRCO-W), 3160 McIndoe Road, JBSA Fort Sam Houston, Texas, 78234

Place of Performance: Raymond W.  Bliss Army Health Clinic (RWBAHC), Fort Huachuca, AZ 85613

Contact Information

Primary Point of Contact

Secondary Point of Contact





History