The US Army Medical Command, Regional Health Contracting Office-Central, Fort Sam Houston Contracting is issuing this sources sought as a means of conducting market research to identify qualified sources prior to the release of any potential solicitation for the brand name or equal of the following:
1) BioMerieux, VITEK MS
2) BioMerieux, VITEK 2
3) Compatible Bacterial Identification Testing Supplies
The salient characteristics are as follows:
a. Must FDA Approved.
b. Must interface with the government-owned BacT/Alert system at WBAMC, used to transfer results for a positive identification through the Mylsa for independent tracking.
c. Must provide sample entry for both systems via utilization of Prep Stations.
d. Must allow Pep Station software to enter both the ID and AST information, to include multiple Prep Stations to streamline workflow.
e. Must utilize a unique algorithm and process to compare unknown isolates against a known database.
f. Must accommodate up to 192 samples in one run.
g. Must utilize disposable slides that are individually barcoded for traceability for FDA protocol.
h. Must utilize an "Auto Quality" feature that ensures each sample that is analyzed has a set number of spectral profiles (100 profiles) in order to increase accuracy and reliability of the identification.
i. Must provide Gram-negative, Gram-positive, Yeast and anaerobes identification cards single on-slide workflow per FDA submission.
j. Must perform a dilution algorithm to test all antibiotics within the CLSI allowing reporting of results a Resistant for a number over the highest "true MIC" risking a change to diagnosis decisions by providers.
k. Must be able to report based on the Pharmacy Algorithm for treatment options for providers.
The contractor's capability statement shall prove their ability to offer brand name or equal supplies as listed above. It will be the offerors responsibility to clearly explain how their product meets the specifications listed above. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Any interested vendor must provide documentation stating they can provide specified supplies. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned.
It is anticipated that the proposed this equipment will result in a Firm-Fixed Price contract. The proposed North American Industry Classification System (NAICS) Code is 325413, In-Vitro diagnostic Substance Manufacturing, FSC - 6515, Medical and Surgical Instruments, Equipment and Supplies, with a corresponding size standard of 1,250 employees.
BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, PROCURED THROUGH FULL AND OPEN COMPETITION OR SOLE SOURCE. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.
Submission Instructions: Interested Offeror shall respond to this Sources Sought Notice no later than 26 June 2018 at 9:00 a.m., central. All responses under this Sources Sought Notice must be emailed to [email protected] and [email protected]. Telephonic inquires will not be honored. EMAIL IS THE PREFERRED METHOD.