RFI-Laboratory Mixer
ID: W81K0425Q1963Type: Sources Sought
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW40M USA HCAJBSA FT SAM HOUSTON, TX, 78234-5074, USA
Timeline
  1. 1
    Posted Jan 10, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 10, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 9:00 PM UTC
Description

The Department of Defense, through the U.S. Army Health Contracting Activity, is seeking information regarding a commercial laboratory mixer solution, identified as RFI Number W81K04-25-Q-1963. The objective of this Request for Information (RFI) is to gather market insights to determine if a commercial solution can meet the Critical Operational Device Specifications (CODS) for a laboratory mixer that maintains uniform solution suspension for quality control of laboratory specimens. This equipment is crucial for ensuring the reliability and accuracy of laboratory analyses in medical settings. Interested parties must submit their responses electronically by 3:00 PM Central Time on January 24, 2025, to Werner Martin at werner.b.martin.civ@health.mil, adhering to specified formatting guidelines.

Point(s) of Contact
Files
Title
Posted
Jan 10, 2025, 5:04 PM UTC
The document outlines the Critical Operational Device Specifications (CODS) necessary for a medical device intended for government procurement. It details critical specifications divided into operational and logistic categories, indicating minimum requirements that must be met for acceptance and desired characteristics that enhance performance. Key operational characteristics include FDA clearance, mixing capabilities, sample capacity, and power supply specifications, all essential for functionality. Additionally, it specifies the need for repair parts support, warranty terms, compliance with the Trade Agreements Act, and provisions for physical transportation of the device. The performance parameters also express the desire for an additional battery, while the document emphasizes the importance of meeting repair part requirements and extensive warranty coverage. This request aligns with federal and state/local RFP standards, focusing on ensuring that the devices meet regulatory, operational, and logistical requirements for effective use in medical settings. The comprehensive listing highlights the government's commitment to transparency in procurement processes and the critical nature of device reliability and support. Overall, the document serves to guide vendors in ensuring their products align with government standards, enhancing the procurement process through clear expectations for quality and compliance.
Jan 10, 2025, 5:04 PM UTC
This document outlines the required company and product information for responding to a Request for Information (RFI) related to medical devices intended for austere environments under government contracts. It requests detailed company data, including basic identifiers (name, address, TIN), socio-economic classifications, and registration statuses (SAM and ORCA). Moreover, it queries the availability and supportability aspects of the medical products, including maintenance strategies, spare parts identification, and repair times. Key elements address the device's logistics, such as the use of the Defense Logistics Agency’s electronic catalog and the specification of packaging and transportation challenges. Training requirements for operators and maintainers are also emphasized, alongside operational specifications like power requirements and cybersecurity compliance. Ultimately, this RFI aims to ensure that all medical equipment proposed aligns with the Department of Defense’s operational and maintenance needs while providing a framework for assessing company capabilities and support services necessary for the devices in question. The structured approach facilitates systematic data collection to inform procurement decisions.
Jan 10, 2025, 5:04 PM UTC
The U.S. Army Health Contracting Activity issued a Request for Information (RFI) to gather market insights regarding a commercial laboratory mixer solution, identified as RFI Number W81K04-25-Q-1963. This request, dated January 10, 2025, aims to assess capabilities for a device that maintains uniform solution suspension for laboratory specimen quality control. The solicitation is strictly informational; responses will not lead to contracts or further obligations on the Government's part, and feedback will not be provided. Interested organizations are directed to submit detailed information by January 24, 2025, with specific formatting guidelines. The RFI includes attachments defining Critical Operational Device Specifications (CODS) and company information requirements. Responses marked as proprietary will be handled accordingly, but all non-proprietary information may be utilized in future solicitations. The overarching purpose of this RFI is to refine requirements and explore potential commercial solutions to meet the operational needs of the Program Executive Office Soldier (PEO Soldier) at Fort Detrick, MD.
Lifecycle
Title
Type
RFI-Laboratory Mixer
Currently viewing
Sources Sought
Similar Opportunities
SERVICE PLAN FOR PREVENTATIVE MAINTENANCE AND CALIBRATION OF METTLER-TOLEDO LAB EQUIPMENT
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane, is seeking a service plan for the preventative maintenance and calibration of government-owned Mettler-Toledo laboratory equipment. This procurement involves a sole source contract with Mettler-Toledo, LLC, and includes comprehensive service agreements for repair and calibration of specific analytical instruments over a period from May 2025 to May 2027. The contract emphasizes compliance with Federal Acquisition Regulations, particularly supporting small businesses, and requires contractors to be registered in the System for Award Management (SAM). Interested vendors must submit their offers via email to Shelby Craig by 1:00 PM Eastern Time on April 11, 2025, with the solicitation number N00164-25-Q-0603 available for reference.
Mass Comparator
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking to procure two MCM5004 Manual Mass Comparators or equivalent models for lifecycle replacement of aging equipment at the Army Physical Standards Labs located at Redstone Arsenal, Alabama. The comparators must meet stringent specifications, including a maximum measurement capacity of 5 kg, readability of 0.1 mg, repeatability of 0.5 mg or better, and features such as internal calibration adjustments and rapid stabilization within four seconds. This procurement is crucial for enhancing the Army's capabilities in precise mass measurements, ensuring operational readiness and compliance with testing standards. Interested parties are encouraged to submit their responses to the Request for Information by April 21, 2025, and should direct inquiries to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Lisa Armes at lisa.s.armes.civ@army.mil.
Ambr 250 High Throughput Bioreactor System
Buyer not available
The Department of Defense, through the Defense Health Agency, is seeking to procure an Ambr 250 High Throughput Bioreactor System for the Pilot Bioproduction Facility at the Walter Reed Army Institute of Research in Silver Spring, Maryland. This procurement aims to enhance capabilities for monoclonal antibody production, allowing for simultaneous testing of multiple conditions to accelerate the manufacturing of vaccines and biologics for military-relevant infectious diseases. The system must meet specific Minimum Essential Characteristics, including the ability to process up to 12 cultures, automated controls for critical parameters, and compliance with FDA regulations, particularly 21 CFR Part 11 for data integrity. Interested vendors should note that the anticipated solicitation release is on April 10, 2025, with a contract performance period from June 1, 2025, to May 31, 2029. For further inquiries, contact Ms. Brenda Mena at brenda.i.mena.civ@health.mil or Ms. Sharew Hailu at sharew.hailu.civ@health.mil.
Solicitation W81K00-25-Q-A019 for a Cost-Per-Test (CPT) Agreement to conduct testing for four (4) pathogen panels: Respiratory Virus, Gastrointestinal, Meningitis, and Blood Culture Identification at BAMC.
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a Cost-Per-Test (CPT) Agreement to conduct testing for four pathogen panels: Respiratory Virus, Gastrointestinal, Meningitis, and Blood Culture Identification at Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. Offerors are required to provide equipment, reagents, consumables, maintenance services, and telephonic support, ensuring compliance with cybersecurity and Risk Management Framework (RMF) requirements as outlined by the Defense Health Agency (DHA). This procurement is crucial for enhancing diagnostic capabilities and public health initiatives within military healthcare settings. Proposals are due by April 17, 2025, at 1:00 PM Central Standard Time, and interested parties should direct inquiries to Medina L. Woodson or Salameya Paulouskaya via the provided email addresses.
RFI FOR MARKET RESEARCH: RECOVERY CHARGER NSN:4210-01-488-9655
Buyer not available
The Department of Defense, specifically the Army Contracting Command - Detroit, is conducting a Request for Information (RFI) to gather insights for the potential acquisition of a Recovery Charger (NSN: 4210-01-488-9655, P/N: 12988444). This RFI aims to assess the interest, capabilities, and qualifications of various vendors, including small businesses, to inform the government's acquisition strategy. The Recovery Charger is crucial for supporting military operations, and the government seeks to understand the commercial availability and manufacturing capabilities of interested firms. Responses are due by April 15, 2025, and should be directed to Justine Broughton at justine.r.broughton.civ@army.mil. This announcement does not constitute a solicitation for proposals and does not imply any contractual commitment by the government.
Autonomous Infusion Pump Request for Information
Buyer not available
The Department of Defense, specifically the Air Force Medical Command (AFMEDCOM), is issuing a Request for Information (RFI) to identify market capabilities for an autonomous infusion pump designed to enhance patient care in military environments. The RFI seeks information on products that can provide real-time, adaptive fluid resuscitation, thereby alleviating provider workload and minimizing medical errors in resource-limited situations. This initiative is crucial for improving operational efficiency and patient safety within the Air Force Medical Service, as it aims to develop a reliable and innovative medical device that meets stringent safety and performance standards. Interested companies, both large and small, are encouraged to respond by April 30, 2025, and can direct inquiries to Wayne Pernell at usaf.detrick.afmra.mbx.sg5t-market@health.mil.
Liquid Scintillation Counters
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from qualified contractors for a maintenance agreement for its Liquid Scintillation Counters, particularly TRI-CARB models. The objective is to ensure these government-owned instruments operate at maximum performance and are protected through a fixed-price contract that includes all necessary labor, parts, and tools for preventive and remedial maintenance, with unlimited on-site service visits required. This maintenance is critical for the optimal functionality and reliability of laboratory equipment used in national defense operations. Interested parties must submit white papers outlining their capabilities by April 16, 2025, and can direct inquiries to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Portia Sampson at portia.r.sampson.civ@army.mil.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the Army's Program Executive Office Soldier, is soliciting proposals for Materiel Fielding and Medical Liaison Support Services. This procurement aims to enhance the medical readiness of the Army by providing essential support in the procurement, management, and distribution of medical equipment and supplies. The services are critical for ensuring operational support and healthcare for military personnel, with performance expected to take place primarily at Fort Detrick, MD, and other military installations. Interested small businesses must submit their proposals by April 16, 2025, with a total contract value estimated at $20 million, and can direct inquiries to Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
Request for Proposal - Materiel Fielding and Medical Liaison Support Services
Buyer not available
The Department of Defense, specifically the U.S. Army's ACC-APG Natick Division, is soliciting proposals for Materiel Fielding and Medical Liaison Support Services under Request for Proposal W911QY-25-R-A001. The objective of this procurement is to enhance medical material readiness for the Army through effective logistics support, program management, and medical liaison services, primarily at Fort Detrick and other military locations. This initiative is crucial for maintaining operational readiness and ensuring efficient medical logistics within the military framework. Interested small businesses must submit their proposals, including past performance information, by the specified solicitation due date, with a total contract value estimated at $20 million. For further inquiries, potential offerors can contact Patrick Wallace at patrick.j.wallace3.civ@army.mil or Trisha Scott at trisha.r.scott.civ@army.mil.
Optical Particle Sizer and Condensation Particle Counter
Buyer not available
The Department of Defense, specifically the U.S. Army Contracting Command-Redstone, is seeking information from potential sources for the procurement of one Optical Particle Sizer (OPS) and one Condensation Particle Counter (CPC) to enhance biosensor calibration systems. The required instruments must be compatible with existing Army calibration setups, featuring high-resolution capabilities of at least sixteen channels that can be customized and viewed in real-time, along with a one-liter-per-minute inlet flow rate. This procurement is critical for advancing the accuracy and reliability of the Army's calibration systems, supporting the mission of the Army Test, Measurement, and Diagnostic Equipment Activity (USATA). Interested parties are encouraged to submit a white paper by April 9, 2025, detailing their company information and capabilities to Taylor Siskoff at taylor.c.siskoff.civ@army.mil or Lisa Armes at lisa.s.armes.civ@army.mil, noting that this request is for market research purposes only and does not guarantee future contracts.