6550 - Biofire Respiratory panel
ID: N0018924QZ504Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE NAVYNAVSUP FLT LOG CTR NORFOLKNORFOLK, VA, 23511-3392, USA

NAICS

Surgical and Medical Instrument Manufacturing (339112)

PSC

IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS (6550)
Timeline
    Description

    The Department of Defense, specifically the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking to procure BioFire Respiratory panel kits on a sole source basis from BioFire Defense LLC. The procurement aims to acquire respiratory panel 2.1 kits that are essential for the U.S. Naval Medical Research Unit SOUTH (NAMRU SOUTH), as these kits are uniquely capable of integrating with custom Navy applications to enhance Force Protection Condition (FPCON) awareness and communication. Interested parties may submit capability statements by the specified response date, although the government intends to negotiate exclusively with BioFire Defense due to the specialized nature of the requirement. For further inquiries, interested vendors can contact Esteffani Varela at 215-697-9112 or via email at Esteffani.varela.civ@us.navy.mil.

    Point(s) of Contact
    Esteffani Varela 2156979112
    Esteffani.varela.civ@us.navy.mil
    Files
    No associated files provided.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    RFI-Transportable Patient Biocontainment, Isolation, and Quarantine Systems
    Active
    Dept Of Defense
    The U.S. Department of Defense seeks innovative solutions for its Joint Project Manager for Chemical, Biological, Radiological, and Nuclear Protection (JPM CBRN Protection) program. The requirement is for transportable biocontainment, isolation, and quarantine (BIQ) systems, or components thereof, to be used across various platforms such as ships, aircraft, wheeled vehicles, and field deployable systems. These systems are crucial in preventing the spread of biological threats and addressing public health emergencies. Modularity, scalability, and compatibility with existing healthcare infrastructure are key attributes the government seeks, along with strict adherence to safety and quality standards. The focus is on finding deployable and sustainable solutions to contain hazardous pathogens, with the potential for multiple system applications across different platforms. An upcoming Innovation Day on October 9th, 2024, will provide an opportunity for interested parties to discuss their technologies and gain a deeper understanding of the government's requirements. Per the request, responses must be submitted via email to Brian Liska at brian.liska@usmc.mil by November 8th, 2024, at 5:00 p.m. EST. The contact email is brian.liska@usmc.mil, and further details can be found on the SAM.gov website.
    Sole Source OEM Honeywell First Responder - Firefighting Boots
    Active
    Dept Of Defense
    The Department of Defense, through the NAVSUP Fleet Logistics Center Puget Sound, is seeking to procure OEM Honeywell First Responder firefighting boots under a sole-source contract. This firm fixed-price supply contract is intended to support the Military Sealift Command and requires vendors to meet specific Department of Defense regulations regarding marking and packaging, ensuring cohesive delivery of all listed items. The procurement is critical for maintaining safety and operational readiness in firefighting efforts. Interested vendors must submit their offers by 12:00 PM PDT on September 17, 2024, and can direct inquiries to Walid Aslan at walid.m.aslan.civ@us.navy.mil or Joseph Ibrahim at joseph.m.ibrahim.civ@us.navy.mil.
    65--TEST KIT,INFLUENZA
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Troop Support), is seeking quotes for the procurement of influenza test kits under a total small business set-aside. The solicitation includes multiple line items for delivery to various naval vessels, with quantities ranging from one to four kits per delivery location, all required within five days after order (ADO). These test kits are crucial for maintaining the health and readiness of military personnel, particularly in preventing the spread of influenza in operational settings. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    99--BREATHING APPARATUS
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure breathing apparatuses identified by NSN 1H-9999-LLTRL5880. The procurement involves a total quantity of 2,311 units, with delivery terms set as FOB Origin. These items are critical for operational readiness and safety, and the government has determined that it is uneconomical to purchase the data or rights necessary for competitive sourcing, thus intending to negotiate with only one source under FAR 6.302-1. Interested parties are encouraged to express their interest and capability within 45 days of this notice, and all proposals will be considered to determine if a competitive procurement is feasible. For further inquiries, potential bidders can contact Darian Holley at (717) 605-1339 or via email at darian.holley@navy.mil.
    2023 Fastener BPA Review
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Weapons System Support (NAVSUP WSS) Nuclear Directorate, is seeking small businesses to participate in a Blanket Purchase Agreement (BPA) for competitively procured fasteners used in the Navy's nuclear propulsion plants. This opportunity focuses on fastener products classified under Federal Supply Class Codes 5305, 5306, 5307, and 5310, with an emphasis on compliance with military specifications and quality assurance standards. The procurement is critical for ensuring the reliability and performance of components within the Navy’s nuclear reactors, highlighting the importance of stringent quality control and adherence to military standards. Interested parties should contact James Benes at james.j.benes3.civ@us.navy.mil or call 717-605-4964 for further details, noting that this Request for Information (RFI) is a market research tool and does not constitute a commitment to contract at this time.
    FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY is planning to procure a FLS1000-SS-stm Steady State, Phosphorescence Lifetime and Fluorescence Lifetime Spectrometer. This laboratory equipment and supplies item will be used for research purposes at the Naval Research Laboratory in Washington, DC (zip code: 20375), USA. The procurement will be a sole source purchase order awarded to EDINBURGH INSTRUMENTS of FULTON, MD. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The purchase will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. The primary contact for this procurement is James Chappell, reachable at james.chappell@nrl.navy.mil or 2029231418. Please reference the Notice of Intent number, N00173-24-Q-1301102867, in any correspondence.
    58--NRP,MODULE,ACOUSTIC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy, is soliciting proposals for the procurement of the NRP, MODULE, ACOUSTIC, which falls under the category of underwater sound equipment. This contract requires the manufacture of new material, adhering to strict quality and inspection standards, including ISO 9001 compliance and specific requirements regarding the absence of mercury contamination. The successful contractor will be responsible for ensuring all items meet the outlined specifications and will undergo government inspection and acceptance prior to shipment. Interested vendors must submit their proposals via email to the designated Contract Specialist, Tonya Nearhood, at tonya.l.nearhood.civ@us.navy.mil, with a deadline for submission yet to be specified.
    Microbial Testing Supplies - Bridge Contract
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to award a sole-source bridge contract for microbial testing supplies to Biomerieux Inc., covering the period from October 1, 2024, to September 30, 2025. This procurement is essential for the William Beaumont Army Medical Center Laboratory, as it involves leasing a microbial identification analyzer and a mass spectrometer, along with necessary reagents and middleware/server interface provision. The unique requirements for ATO authorization on DHA networks necessitate this sole-source approach, as Biomerieux is the only contractor capable of meeting these needs without service disruption. Interested parties can contact Troy Loge at troy.a.loge.civ@health.mil or Robyn Villafranco at Robyn.A.Villafranco.civ@health.mil for further details, with the total contract value estimated at $213,334.67.
    Effusion Cell for MBE 21T
    Active
    Dept Of Defense
    Special Notice DEPT OF DEFENSE DEPT OF THE NAVY intends to award a sole source purchase order to RIBER, INC for an Effusion Cell for MBE 21T. This procurement is for a semiconductor device and associated hardware used by the Naval Research Laboratory (NRL). The Effusion Cell is a critical component for Molecular Beam Epitaxy (MBE) systems, which are used in the fabrication of semiconductor materials and devices. The Effusion Cell is responsible for the controlled evaporation of source materials during the MBE process. The procurement will be made utilizing Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13.106-1(b) for purchases not exceeding the simplified acquisition threshold of $250,000. Interested parties have 3 calendar days to express their interest and capability to respond to this requirement. The primary contact for this procurement is James Chappell, email: james.chappell@nrl.navy.mil. Please reference the Notice of Intent number, N00173-24-Q-1301103552, in any correspondence.
    BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640
    Active
    Dept Of Defense
    Combined Synopsis/Solicitation DEPT OF DEFENSE DEPT OF THE NAVY is seeking Laboratory Equipment and Supplies (PSC 6640) for Naval Surface Warfare Center Indian Head Division (NSWC IHD) in Indian Head, Maryland. The purpose is to establish Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices. Interested vendors must provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil. The government reserves the right to consider past performance information from other sources.