Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 10, 2012 FBO #4004
SOURCES SOUGHT

66 -- Blood Bank Analyzer and Reagents - Sources Sought PDF

Notice Date
11/8/2012
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-13-T-0036(SS)
 
Archive Date
12/7/2012
 
Point of Contact
Chad M. Hines, Phone: 9375224575
 
E-Mail Address
chad.hines@wpafb.af.mil
(chad.hines@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources sought PDF SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, LCMC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned small businesses, and Economically-Disadvantaged Woman-Owned Small Businesses that are capable of providing a Blood Bank Analyzer and reagents. This will be a Cost per Test Blanket Purchase Agreement for a period of 5 years. 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: • Full Service Coverage • Quick Service Response time • ≥ 30 Sample Loading Capacity • Ability to build own Antibody Identification Panels • Extended On-Board storage of microplates • Extended On-Board storage of liquid reagents • Washes Antibody Screens/Identifications to minimize false positive reactions • Barcoding of reagents, plates, and strips • Able to use reagents w/ manual tube method • Provide a Blood Bank Analyzer and preventative maintenance and repair • Provide the estimated quantities of each reagent listed in the chart below, annually, via a Blanket Purchase Agreement (BPA) Description Kits/Year Erytype S ABO Donor, Box of 10 2 Erytype S Rh Donor, Box of 10 1 Bromelin for Erytype, 10x10mL 3 Erytypecell A1 & B, 2x10mL 65 Solidscreen ll Strip, Box of 10 12 MLB 2, 50 mL 52 AHG Anti-IgG SS ll, 55 mL 52 Solidscreen ll Control, 4 mL 13 Solidscreen ll Control B, 4 mL 13 Solidscreen ll Neg Control, 4 mL 13 Alsevers Solution, 50 mL 13 Biotestcell- 3, 3x10 mL 65 Biotestcell-l 11, 11x4 mL 13 Biotestcell A1 & B, 2x10 mL 13 Biotestcell A2, 10 mL 13 Coombscell-E, 10 mL 1 Sera. Anti- A(ABO1), 10x10mL 1 Seraclone Anti-B(ABO2), 10x10mL 1 Sera. Anti-A,B (ABO3), 10x10mL 1 Sera. Anti-D(RH1)226, 10x10mL 1 Sera. Anti-D(RH1)Blend, 10x10mL 1 Seraclone Control ABO+Rh, 10mL 1 Seraclone Anti-C (RH2), 5mL 5 Seraclone Anti-E (RH3), 5mL 5 Seraclone Anti-c (RH4), 5mL 5 Seraclone Anti-e (RH5), 5mL 5 AHG Anti-IgG + Anti-C3d, 10x10mL 1 AHG Anti-IgG, 10x10mL 1 Seraclone Anti-Fya (FY1), 2mL 2 Seraclone Anti-K (KEL1), 5mL 8 Seraclone Anti-P1 (P1), 2mL 1 Seraclone Anti-M (MNS1), 2mL 5 Seraclone Anti-N (MNS2), 2mL 5 Seraclone Anti-k (KEL2), 5mL 3 Seraclone Anti-Lea (LE1), 2mL 2 Seraclone Anti-Jka (JK1), 2mL 3 Seraclone Anti-Jkb (JK2), 2mL 3 Seraclone Anti-s (MNS3), 2 mL 1 Seraclone Anti-S (MNS4), 2 mL 1 Erytype S ABD + Rev A1B, Box/10 40 Cell Mixer 24 Daily Clean 18 Microcide Cleaning Concentrate 5 Cup, Non Disposable, Set of 4 3 QC Bar Code Set 2 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. The NAICS Code assigned to this acquisition is 334516, with a 500 employee size standard, Firms responding should indicate their size in relation to this size standard, and indicate socio-economic status (SB, 8(a), HUBzone, SDVO, EDWOSB). Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. 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 be individually 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), SB, and EDWOSB 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: Chad.Hines@wpafb.af.mil in a Microsoft word compatible format or mailed to AFLCMC/PZIOAA POC: Chad Hines, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 PM Eastern Standard Time, 22 November 2012. Direct all questions concerning this acquisition to Chad Hines at Chad.Hines@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0036(SS)/listing.html)
 
Record
SN02928121-W 20121110/121108235200-f13397d3937c1021568a3f56b9c87d07 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.