Federal Bid

Last Updated on 05 Aug 2021 at 2 PM
Solicitation
Frederick Maryland

Notice of Intent to Sole Source Sensititre instrument with ARIS HiQ System for AST capabilities

Solicitation ID 21-08-00385
Posted Date 05 Aug 2021 at 2 PM
Archive Date 04 Sep 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W4pz Usa Med Rsch Acquis Act
Agency Department Of Defense
Location Frederick Maryland United states 21702

THIS IS A NOTICE OF INTENT TO AWARD A SOLE-SOURCE CONTRACT

AND IS NOT A REQUEST FOR COMPETITIVE PROPOSALS.

The United Stated Army Medical Research Acquisition Activity (USAMRAA) intends to negotiate on a sole source basis, IAW FAR 13.5, with ThermoFisher Scientific, 168 Third Avenue Waltham MA 02454 USA,as the only responsible source that can provide one (1) Sensititre instrument with ARIS HiQ System for AST capabilities that meet all of the Minimum Essential Characteristics (MECs) and provides comprehensive, accurate minimum inhibitory concentration (MIC) values in order to guide more targeted patient therapy.  This acquisition is being conducted under FAR Part 12 Acquisition of Commercial Items. Provisions and clauses in effect through Federal Acquisition Circular 2021-08 are incorporated.

The Walter Reed Army Institute of Research (WRAIR) intends to procure a firm-fixed-price contract for a base and four option years. .

This requirement is for the procurement of one (1) Sensititre instrument with ARIS HiQ System for AST capabilities that provides comprehensive, accurate minimum inhibitory concentration (MIC) values in order to guide more targeted patient therapy. The Sensititre system tests for antimicrobial susceptibility, indicating whether a bacterial isolate is susceptible to a given antibiotic or antimicrobial, and how susceptible it is.  This allows the user to determine the correct dosage of an antibiotic so as to limit resistance.  The system is modular and can run tests for multiple antimicrobials. 

Installation, including a pre-installation site visit, shall be included in the contract agreement, along with annual preventative maintenance and optional training.

The contractor is expected to provide the aforementioned instrument for the duration of the five-year contract agreement (12-month base period, plus 4 x 12-month option periods.

The intended procurement will be classified under North American Industry Classification System (NAICS) 334516 with a Small Business Size Standard of 1000 employees. This notice of intent is not a request for competitive proposals and no solicitation document will be posted for this requirement. However, parties interested in responding to this notice shall submit technical data, including cost, sufficient to determine capability in providing the same product. All capability statements received by closing of this notification of this synopsis will be considered by the Government. 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 normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

Submit email capabilities statements (using PDF, MS Word, Excel attachments) to Kasey Carroll at [email protected]. Statements are due no later than 1:00 P.M. EST on 20 Aug 2021. Late responses will not be reviewed.   

Bid Protests Not Available