SOURCES SOUGHT
65 -- Helicobacter Pylori Specific Antigen (HSPA) Plus Kits
- Notice Date
- 5/29/2012
- Notice Type
- Sources Sought
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8601-12-C-0068
- Archive Date
- 6/23/2012
- Point of Contact
- Matthew J. Strange, Phone: 9372570997
- E-Mail Address
-
matthew.strange@wpafb.af.mil
(matthew.strange@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 that are capable of providing Helicobacter Pylori Specific Antigen (HSPA) Plus Kits for the testing/identification of Helicobacter Pylori in fecal samples. Firms responding shall 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. Specific Requirements for: One hundred forty-four (144) HSPA Premier Platinum Plus All reagents and consumables needed on annual basis 1. Antibody Coated Microwells 2. Positive Control 3. Sample Diluent/Negative Control 4. Premier 20X Wash Buffer I 5. Enzyme Conjugate 6. Premier Substrate I 7. Premier Stop Solution I 8. Transfer Pipettes 9. Microwell Strip Holder 10. Microwell Strip Sealer 11. Wooden Stick Applicators Reagent and Consumables must contain at a minimum: • All reagents are all inclusive within each kit purchased. (See list above) • All reagent kits must be FDA-approved and will exhibit at least 95% sensitivity and 95% specificity. • Upon request, sufficient reagents shall be provided by the vendor for in-house evaluation of each analyte. • Following evaluation, each test kit should exhibit at least 95% agreement with the test kits currently in use in the Immunodiagnostics Laboratory. • The vendor will provide all. The vendor will be the sole manufacturer and distributor of the test kits. • The vendor shall comply with all FDA regulations, the College of American Pathologist (CAP) checklist dated 4 Jan 2012. All interested firms shall submit a response demonstrating their capabilities to produce the requested equipment 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. Firms 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 325413. 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 firm 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 firms 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: Matthew.Strange@wpafb.af.mil in a Microsoft word compatible format or mailed to ASC/PKOAA POC: Matthew Strange, 1940 Allbrook Dr., Rm. 109, Wright-Patterson AFB, Oh 45433-5309 to be received no later than 2:00 PM Eastern Standard Time, 8 June 2012. Direct all questions concerning this acquisition to Matthew Strange at Matthew.Strange@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-12-C-0068/listing.html)
- Place of Performance
- Address: 1940 Allbrook Dr., WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02760450-W 20120531/120529235439-86b3e106e9b9c2733d759fbabfa5cbb5 (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 |