SOURCES SOUGHT
66 -- Isothermal Applification Testing Materials
- Notice Date
- 7/30/2012
- Notice Type
- Sources Sought
- NAICS
- 423450
— Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FM891121740038
- Archive Date
- 8/22/2012
- Point of Contact
- Jason M. Hardman, Phone: 9375224645
- E-Mail Address
-
jason.hardman2@wpafb.af.mil
(jason.hardman2@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, AFLCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing a for Iso-Thermal Amplification Testing Material Kits necessary to perform the following: Evaluation of isothermal amplification technologies that support the isothermal amplification process. Firms responding shall specify that their products meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history including recent commercial companies sold to shall be included to determine commerciality. The specific technical requirements are as follows: DESCRIPTION OF SERVICES: The United States Air Force School of Aerospace Medicine Aeromedical Applied Technology Center (USAFSAM/FHT) is requesting kits that employ technology to support a current SGR-funded project evaluating isothermal amplification technologies. This is technology that uses an enzyme (helicase) to support an isothermal amplification process. This process allows all reactions occur at one stable temperature, eliminating the need for expensive thermocyclers. The reaction progresses rapidly and results in specific DNA amplification from just a few target copies to detectable levels typically within 10 - 20 minutes. The Air Force will evaluate this technology to identify any potential applications as it pertains to field operations. This technology requires no special instrumentation to provide detection, but rather is designed to be read out on a simple ‘dipstick' testing strip. The main benefit of this technology is that it amplifies DNA much like nature's method at a constant temperature and has high specificity and sensitivity comparable to traditional PCR systems. The primary use of this platform would be to provide rapid identification and detection of both old and newly emerging infectious diseases of interest that are outside the Air Force's current detection capabilities. The Air Force is seeking a single purchase contract for reagents and consumables as specified below: 1. Minimum requirements: • Must contain the helicase enzyme in the assay kits • Must be able to react at one constant temperature. • Detection must be able to take place in an enclosed, disposable cassette. • Must be able to amplify DNA and RNA. • Must be cross contamination proof. • Must be more sensitive than regular gel-based methods. • Must be able to produce results in 10 - 20 minutes. • The vendor will provide all and will be the sole manufacturer and distributor of the reagent and consumable kits. 2. Specific requirements include: Single purchase contract for reagents and consumables. Therefore, reagents will be received with a minimum 12 month shelf life. 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 100. NAICS Code to be used for this acquisition is 423450. 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: jason.hardman2@wpafb.af.mil in a Microsoft word compatible format or mailed to AFLCMC/PKOAB POC: Jason Hardman, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 2:00 PM Eastern Standard Time, 7 August 2012. Direct all questions concerning this acquisition to Jason Hardman at jason.hardman2@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FM891121740038/listing.html)
- Place of Performance
- Address: WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02819894-W 20120801/120730235556-ce98feca645cdf3b64aae3c343cb9c78 (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 |