SOURCES SOUGHT
65 -- Reagents for an FDA approved assay
- Notice Date
- 8/4/2011
- Notice Type
- Sources Sought
- NAICS
- 325199
— All Other Basic Organic Chemical Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-A-0027
- Archive Date
- 8/30/2011
- Point of Contact
- Maria Elena A. Fernandez, Phone: 9375224556
- E-Mail Address
-
mariaelena.fernandez@wpafb.af.mil
(mariaelena.fernandez@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources to enter into a Blanket Purchase Agreement (BPA) with the USAFSAM/PHE Epidemiology Laboratory for reagents for an FDA-approved assay. These reagents are used for molecular testing of viral pathogens to include influenza and H1N1. Contractors responding should specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The regulatory agency for the USAFSAM/PHE Epidemiology Laboratory is the College of American Pathologist (CAP). Because the USAFSAM/PHE Epidemiology Laboratory is a clinical laboratory, CAP requires them to use reagents that are FDA approved. The required reagents list includes: 1. Primer, InfA F Primer, ASR 2. Primer, InfA R Primer, ASR 3. Probe, InfA Probe1, ASR 4. Primer, InfB F Primer, ASR 5. Primer, InfB R Primer, ASR 6. Probe, InfB Probe1, ASR 7. Primer, RnaseP F Primer, ASR 8. Primer, RnaseP R Primer, ASR 9. Probe, RnaseP Probe1, ASR 10. Primer, AH1 F Primer, ASR 11. Primer, AH1 R Primer, ASR 12. Probe, AH1 Probe2, ASR 13. Primer, AH3 F Primer, ASR 14. Primer, AH3 R Primer, ASR 15. Probe, AH3 Probe1 ASR 16. Primer, Cog 1F Primer, ASR 17. Primer, Cog 1R Primer, ASR 18. Probe, Ring 1C Probe, ASR 19. Primer, Cog 2F Primer, ASR 20. Primer, Cog 2R Primer, ASR 21. Probe, Ring 2 Probe, ASR 22. Primer, MS2 1693 F Primer, ASR 23. ASR Primer, MS2 1807 R 24. Probe, MS2 1743 Probe, ASR 25. ASR Primer, pdm InfA-F 26. ASR primer, pdm InfA-R 27. ASR Probe, pdm InfA-P 28. ASR Primer, pdm H1-F 29. ASR Primer, pdm H1-R 30. ASR Probe, PDM H1-P All interested contractors shall submit a response demonstrating their capabilities to produce the requested reagents to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 325199. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: mariaelena.fernandez@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAB POC: Maria Elena Fernandez, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 10:00 a.m. Eastern Standard Time, 15 Aug, 2011. Direct all questions concerning this acquisition to Maria Elena Fernandez at mariaelena.fernandez@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-A-0027/listing.html)
- Place of Performance
- Address: 1940 Allbrook Drive, Ste 3, Room 109, Wright Patterson AFB, Ohio, 45433-5309, United States
- Zip Code: 45433-5309
- Zip Code: 45433-5309
- Record
- SN02522257-W 20110806/110804235427-1d733bb0c9bbd84240eec1d433b59cb7 (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 |