A. BACKGROUND
NAMRU SOUTH was awarded GEIS Enteric, HAI, AMR STI funds to establish, continue or strengthen surveillance for bacterial infections in multiple settings, including but not limited to : hospitals, foreign language schools, and military bases and remote areas. At these locations samples are acquired from infected wounds (both surgical site infection and traumatic wound infections), diarrheal infections, and infections occurring in both civilian and military populations in Latin American countries. The isoation of pathogens from those samples is conducted using BD Phoenis instrument according to protocol. The panels and other supplies we are purchasing are required to run the assays using Phoenix.
B. OBJECTIVES
Governmnet nees to purchase lab supplies to identify bacteria mentioned above to obtain isolates. These studies required the isolation of bacteria using the mentioned materials to align with the Joint Program Executive Office-Medical Countermeasure Systems.
These supplies require temperature-controlled shipping. Mandatory source suppliers are not able to legally export some or all the required materiales to Peru. In addition, suppliers are unable to guarantee the need for temperature control shipping requirements, GSS carries all of the required items and is able to export these items maintaining temperature control to Charleston AFB, SC 29404 shipping address and additionally delivering on a Monday which is the day JFT-Bravo study site can transport supplies to the Base.
If capable sources are not identified through this noticie, then NAMRU SOUTH intends to award a sole source contract under the authority of FAR 13.106-1 (b)(i) to Government Scientific Source, Inc. to 12355 Sunrise Valley Dr. Suite 400, Reston, Virginia 20191.
This pre-solicitation is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management and technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to suuply the required goods or perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10 point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information or submissions that only ask questions will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely withing the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with a sole source contract.
Capability statements are due by 6:00 pm Lima/Peru Eastern Time on Sep 25, 2023.
Capability statements shall be submitted by e-mail Only as a microsoft word or adobe PDF attachments to the following address: luciana.i.encinas.ln@health.mil. Please use subject line "BD panels to Honduras - Sole Source intent."