Federal Bid

Last Updated on 26 Sep 2018 at 8 AM
Solicitation
Callao Virginia

Biofire FilmArray 2.0

Solicitation ID BAC180759
Posted Date 11 Aug 2018 at 5 PM
Archive Date 26 Sep 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Callao Virginia United states
NAMRU-6 is seeking to purchase one FilmArray 2.0 for the identification of bacterial pathogens to analyze bacterial isolates that cause infections, including nosocomial (focusing on ESKAPE pathogens), diarrheal, and wound infections or from urethral discharge syndrome (focusing on Neisseria gonorrhoeae) for further identification and characterization of their antibiotic resistance patterns. FilmArray 2.0 can test up to 176 samples a day for the study "Surveillance and Characterization of the Molecular Resistance Factors of Bacterial Pathogens in SSOUTHCOM AOR"

The FilmArray 2.0 instrument has four FDA-cleared panels - the Respiratory Panel, the Blood Culture Identification Panel, the Gastrointestinal Panel, and the Meningitis/Encephalitis Panel. Together, these panels test for more than a hundred pathogens. The FilmArray Gastrointestinal (GI) Panel tests for a comprehensive set of 22 gastrointestinal pathogens, it tests stool specimens for common pathogens associated with gastroenteritis.
The following bacteria organisms and subtypes are identified using the FilmArray 2.0 instrument:
Bacteria
Campylobacter (jejuni, coli, and upsaliensis)
Clostridium difficile (toxin A/B
Plesiomonas shigelloides
Salmonella
Yersinia enterocolitica
Vibrio (parahaemolyticus, vulnificus and cholera)
Vibrio cholerae
Enteroaggregative E. coli
Enteropathogenic E. coli
Enterotoxigenic E. coli
Shiga-like toxin-producing E. coli stxl/stx2
E. coli O157
Shigella/Enteroinvasive E. coli
Cryptosporidium
Cyclospora cayetanensis
Entamoeba histolytica
Giardia lambia

The FilmArray GI panel integrates sample preparation, amplification, detection and analysis into one simple system that requires 2 minutes of hands-on time and has a total run time of about 1 hour.
This pre-solicitation 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 5 (8.5 x 11 inch) pages 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 or submissions that only ask questions 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 12:00 PM Local Time, 11 September, 2018. Capability statements shall be submitted by e-mail only as a Microsoft Word or Adobe PDF attachment to the following address: genaro.m.vasquez.ln@@mail.mil. Please use subject line "BAC180759"

 

 

 

 

Bid Protests Not Available