The RFP Database
New business relationships start here

Surface Sampling Technologies that function independently or as a set of components that provide collection and identification of biological agents.


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT TECHNICAL DESCRIPTION FOR
Surface Sampling Technologies



INTRODUCTION


The Joint Project Manager for Nuclear Biological and Radiological Contamination Avoidance (JPM NBCCA) at Aberdeen Proving Grounds, MD is issuing this sources sought synopsis as a means of conducting market research to identify parties with current, off-the-shelf, and future environmental surface sampling technologies for tactical and sensitive site exploitation for biological warfare agents (BWA) by the U.S. Armed Forces. These technologies can be standalone systems with integrated identifiers or work in tandem with existing biological detection assays.



DISCLAIMER


"THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A "REQUEST FOR PROPOSAL (RFP)" TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. RESPPONSES WILL NOT BE RETURNED TO THE RESPONDER. NOT RESPONDING TO THIS NOTICE DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE REQUEST FOR QUOTE (RFQ) OR INVITATION FOR BID (IFB) OR RFP, IF ANY ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE GOVERNMENT-WIDE POINT OF ENTRY (GPE). IT IS THE RESPONSIBILITY OF POTENTIAL OFFERORS TO MONITOR THE GPE FOR ADDITIONAL INFORMMATION PERTAINING TO THIS REQUIREMENT."



PROGRAM BACKGROUND


The Joint Biological Tactical Detection System (JBTDS) will be employed as a modular set of capabilities (detector, collector, and identifier) that function independently or as a set of components that provide biological aerosol detection, collection, identification and reporting. JBTDS will also provide a separate environmental collection capability able to support environmental surface sampling tasks for tactical and sensitive site exploitation.



REQUIRED CAPABILITIES


The Contractor shall provide information on current, off-the-shelf, or future environmental surface sampling technologies that can support the JBTDS program. The surface sampling technology sample collection method must be compatible with follow-on confirmatory identification using some or all of the following technologies and methods: Polymerase Chain Reaction (PCR), immunoassay, gene sequencing, culturing, etc..


Additional requirements include: 1) the environmental sampling device must support all types of surface sampling to include but not limited to: tile, concrete, wood, glass, stone, plastic, etc.. The device may support samples collected from vegetation and or soil; 2) the environmental sampling device must collect liquid and dry samples; 3) the environmental sampling device must contain or work in-conjunction with an identifier; 3a) the identifier sensitivity should be equal to immunoassay identification levels; 3b) the identifier must have the capability to identify up to 10 Biological Warfare Agents (BWAs); 4) there must be enough collected sample remaining after identification to be used for further confirmative identification, which is approximately 1-2 ml of phosphate buffer saline (PBS);
5) the time from point of collection to identification should be less than 20 minutes;
6) the device should be operable by one person in Mission Oriented Protective Posture (MOPP) IV with minimal training; 7) the device should support tactical carry with a weight of no more than 2 lbs.



ELIGIBILITY


The applicable NAICS code for this requirement is 541715.



ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT)


Interested parties are requested to submit a capabilities statement of no more than ten (10) pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 30 Sept 2019. All responses under this Sources Sought Notice must be e-mailed to charles.l.wilson88.civ@mail.mil.


This documentation must address at a minimum the following items:


1. Provide a brief description of the technology and/or your hardware broken out as environmental sampling device and identifier (if integrated).
2. State the size in length, width and height (cubic inches).
3. State the operational total weight with all components in pounds (lbs).
4. If battery power is required, how many hours can the hardware operate before battery change or charge is required. Describe the power source of the item.
5. State the various types of environmental sampling (e.g. soil, vegetative, multi surface, etc.) that is compatible with the sampler / identifier. If there are multiple devices or adapters for collection of different types of environmental sampling, please list those as well.
6. State the various types of tests performed and corresponding results for identification of biological agents. Describe the state of the biological agent (liquid, solid) and the environment it was sampled from (soil, vegetation, solid surface, porous surface). Provide trial numbers, dates, and locations of testing.
7. State whether the device is single use (consumable) or multi use.
8. Identify what identification technologies are potentially compatible with the collected sample from the sampling device (e.g. PCR, immunoassay, Lateral Flow Immunoassay (LFI)).
9. Identify any consumables (e.g. buffers, filters, etc.) and any ancillary equipment (e.g. laptop, remote controller, etc.) that is needed to perform the sampling and an identification assay (if integrated).
10. State the length of time it takes for the sample to be collected, prepared and identified (if integrated).
11. For each device, state the size of the area that samples can be collected from.
12. State the amount of sample able to be collected with one device.
13. If there is an integrated identifier:
a. State the amount of sample that is needed for identification.
b. State the number of BWAs the identifier is able to successfully identify.
c. State the amount of retained sample that is present after integrated identification.
14. If there is not an integrated identifier, state the amount of retained sample that is present.
15. Describe the method used to remove retained sample from the device for follow on testing.
16. State the storage requirements and shelf life of the device and any consumables.



Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Charles Wilson, in either Microsoft Word or Portable Document Format (PDF), via email Charles.l.wilson88.civ@mail.mil.


All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.


No phone calls will be accepted.


All questions must be submitted to the person identified above. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this Sources Sought.


Charles L. Wilson, Contract Specialist, Phone 410-436-3104, Email charles.l.wilson88.civ@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP