Federal Bid

Last Updated on 05 Mar 2018 at 2 PM
Special Notice
Pike New hampshire

The Trek Sensititre System Supplies

Solicitation ID NIH-CC-OPC-SN-17002065
Posted Date 16 Dec 2016 at 5 PM
Archive Date 05 Mar 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Clinical Center/Office Of Purchasing & Contracts
Agency Department Of Health And Human Services
Location Pike New hampshire United states
Notice of Intent to Award

The National Institute of Health/Clinical Center/Office of Purchasing and Contracts intends to award a firm fixed-price contract Remel, Inc 12076 Sante Fe Drive, Shawnee Mission, KS 662215-3594 for The Department of Laboratory Medicine at the NIH Clinical Center.
The Bacteriology Section of the Microbiology Service requests a contract to procure TREK Sensititre supplies. The TREK Sensititre instrument is used for antimicrobial susceptibility of bacterial and yeast pathogens that are grown from cultures of NIH patient samples. The ability to provide real-time antimicrobial susceptibility test results is critical for determining therapeutic actions and provides continued support for on-going NIH protocols and patient care.

Background: The marketplace offers a wide variety of automated and semi-automated instruments and provide commercially available panels of standard antibiotics for testing. Organisms, however, isolated from the NIH patient population often require the testing additional antibiotics that are not available on standard commercially built panels, or they require longer incubation periods that can only be programmed on the TREK instrument; no other vendors offer an instrument that allows for user customization. The previous instrument (Phoenix) presented with clinical care limitations and was replaced by the TREK Sensititre in April of 2014.

DESCRIPTION OF THE SUPPLIES AND SERVICES REQUIRED TO MEET THE
AGENCY'S NEEDS
The Department of Laboratory Medicine (DLM) at National Institutes of Health (NIH) Clinical Center (CC), Bethesda, MD, intends to procure the following items from Remel Inc for Trek Sensititre supplies:

Item Number: YCMC6NGNF or equivalent if upgraded product
Description: Custom Panel- Gram negative MIC plates (10/box)
Unit of Issue: Box
Quantity: 200 boxes annually

Item Number: YGPALL3F or equivalent if upgraded product
Description: Stand Dry Gram+ Plate (10/box)
Unit of Issue: Box
Quantity: 150 boxes annually

Additional supplies if needed
Due to the proprietary nature of this requirement, and the necessity to have a complete instrumentation platform with both the instrument and consumables, Remel Inc is the only known vendor that can provide the reagents to function with the existing Trek Sensititre system.

OTHER FACTS SUPPORTING
In accordance with FAR 6,303-2(iii), the nature of harm that would be brought to NIH CC patients may result in delayed diagnosis and treatment. Having validated test platforms and associated kits available in the department is an asset but only insofar as the adequacy of the associated supplies and the purpose they serve. Scientists and physicians alike depend on the efficiency and proficiency at which we test for the patients who come here from around the world with the trust that our NIH CC clinicians can assess and treat patients thoroughly and at the highest clinical expertise.

 The Department of Laboratory Medicine of the NIH Clinical Center concludes the government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b).

This notice of intent to award is not a request for competitive quotations. Interested concerns capable of providing the same or similar products or services as described in this notice may submit a capability statement outlining their capabilities. No solicitation is available. Information received will be evaluated for the purpose of determining whether to conduct a competitive procurement. Capability Statements must be received within the time set forth in this synopsis to be considered by the Government. A determination to compete this proposed contract 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.
Each response should include the following Business Information:
a. DUNS.
b. Company Name, address, POC, Phone and Email address
c. Current GSA Schedules or NAICS codes appropriate to this Award.
d. Type of Company (i.e., small business, 8(a), woman owned, HubZone, veteran owned, etc.) as validated in System For Award Management (SAM). All offerors must register on the SAM located at http://www.sam.gov/portal/SAM/#1
e. Capability Statement

The following verbiage is directly from the Justification for Other Than Full and Open Competition (JOFOC) and is posted in accordance with FAR 5.102(a)(6).


All responses are due to the Contract Specialist within 7 calendar days from the date of this synopsis.

Contact:

India Payne
Contract Specialist
Email: [email protected]
No phone calls please

Bid Protests Not Available

Similar Past Bids

Center Kentucky 19 Dec 2014 at 9 PM
Eastern Kentucky 15 Jun 2016 at 9 PM
Center Kentucky 24 Nov 2015 at 7 PM

Similar Opportunities

Washington District of columbia 01 Feb 2028 at 12 AM
Washington District of columbia 01 Feb 2028 at 12 AM
Montpelier Vermont 25 Jul 2025 at 7 PM
Washington District of columbia 01 Feb 2028 at 12 AM