SOURCES SOUGHT
66 -- Equipment Support Services and Test Kits to Perform EIA and Western Blot
- Notice Date
- 11/30/2006
- Notice Type
- Sources Sought
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-F1JEAC6331B001
- Response Due
- 12/8/2006
- Archive Date
- 12/30/2006
- Description
- AIR FORCE INSTITUTE FOR OPERATIONAL HEALTH (AFIOH) BROOKS CITY-BASE TEXAS AFIOH- PERFORMANCE-BASED CONTRACTING INITIATIVE REQUEST FOR INFORMATION FA8900-07-R-XXXX 30 Nov 2006 This is a request for information (RFI) and not a request for a proposal. Any formal solicitation will be announced separately. This RFI is for information and planning purposes only and is not to be construed as a commitment by the Government. Input into the acquisition strategy is encouraged and welcomed. 1. PURPOSE/GENERAL INFORMATION: The purpose of this RFI is to solicit comments on an intended near-term solicitation and identify firms who possess both capability and experience to provide automated Enzyme Immunoassay (EIA) instruments and Automated Western Blot instruments. AFIOH is considering awarding a Firm-Fixed Priced (FFP) Blanket Purchase Agreement (BPA) under GSA schedule 66 III for the acquisition of three (3) automated Enzyme Immunoassay (EIA) instruments and at a minimum one (1) Automated Western Blot instrument for the Immunology Reference Laboratory. The automated EIA instrument shall be a fully automated four-plate processing system capable of performing multiple assays per plate and be fully interfaceable with the Composite Health Care System (CHCS) database system. This is not a notice of solicitation and does not constitute a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government?s acquisition approach. 2. BACKGROUND/DESCRIPTION: The primary objective of any future RFP associated with this effort is to establish a contract vehicle with a single contractor or a number of contractors for provision of the automated EIA instrument. This instrument shall be a fully automated four-plate processing system capable of performing multiple assays per plate and be fully interfaceable with the Composite Health Care System (CHCS) database system. It is also requested that the instrumentation must employ a modular design for flexible configuration and easy maintenance. The instrument shall also incorporate the latest quality design in order to ensure the quality and security of results and performance for the analyses of the following antibodies: CMV IgG CMV IgM EBV VCA IgM EBNA-1 H. pylori IgG Lyme Disease IgG Lyme Disease IgM Mumps IgG Measles IgG Measles IgM VZV IgG In addition, any future RFP will provide for an automated Western Blot analyzer on which can be performed both of the Borrelia Burgdorferi Western Blots (IgG and IgM). Borrelia burgdorferi IgM Western Blots Borrelia burgdorferi IgG Western Blots All instruments will be required to comply with all federal, state, and local laws and regulations applicable thereto. Specific details regarding sampling requirements are contained in the attached Draft Performance Work Statement (See attachment 1). 3. PROPOSED ACQUISITION STRATEGY. The government anticipates awarding a best value BPA under GSA Schedule 66 III to the contractor(s) whose proposal (technical approach) is the most technically advantageous. It will be a Firm Fixed Price requirement. Any proposals resulting from future Request for Proposals will be evaluated based on the requirements in the Performance Work Statement (PWS) 4. ANTICIPATED SCHEDULE: Milestone Dates of Completion 1. RFI Issued 30 Nov 06 2. Received Industry Comments 8 Dec 06 3. Issuance of Request for Proposal (approximately) 4 Jan 06 4. Proposal Due Date (approximately) 18 Jan 06 5. Contract Award (approximately) 1 Feb 06 ROUGH ORDER OF MAGNITUDE (INCLUDES ALL BASES): The current projected ROM for this effort is $800,000.00 to $1,200,000.00 for a Five (5) year period of performance. POINT of CONTACTS: For Contracting questions, contact Mr. Aubrey B. Lewis, Contracting Officer, Phone 210-536-5455, fax 210-536-6316, or email at aubrey.lewis@brooks.af.mil. Additional Point of Contact for Contracting is Rebecca D. Mackey, Contract Specialist, Phone 210-536-8359, fax 210-536-6316, or email rebecca.mackey@brooks.af.mil. For Technical questions, contact Mr. Ruben Sandoval, Program Manager, Phone (210) 536-5790, or email at ruben.sandoval@brooks.af.mil. REQUEST FOR INFORMATION. Submit all responses to this RFI no later than 8 December 2006. Your package should include service and availability as specified in the PWS. Note: Please review the following draft attachment for this requirement. 1 Attachment 1. Draft Performance Work Statement (PWS) entitled Performance Work Statement for the Air Force Institute for Operational Health, Epidemiology Surveillance Division Immunology Reference Laboratory, dated 20 November 2006 (4 Pages).
- Place of Performance
- Address: 311 HSW/AFIOH/SDE, 2530 Louis Bauer Drive, Bldg 930, Brooks City-Base, TX
- Zip Code: 78235-5123
- Country: UNITED STATES
- Zip Code: 78235-5123
- Record
- SN01188653-W 20061202/061130221249 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |