SOURCES SOUGHT
65 -- Western Blot HIV Testing
- Notice Date
- 11/29/2012
- Notice Type
- Sources Sought
- NAICS
- 325413
— In-Vitro Diagnostic Substance 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-0057
- Archive Date
- 12/25/2012
- Point of Contact
- David E. McClannan, Phone: 9375224608
- E-Mail Address
-
david.mcclannan@wpafb.af.mil
(david.mcclannan@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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, that are capable of a cost per test Blanket Purchase Agreement (BPA) for instrumentation, reagents, consumables and support to perform HIV-1 Western Blot testing. Additionally, sales history including recent commercial companies sold to shall be included to determine commerciality. Instrumentation minimum requirement: 1. Must provide fully automated Western Blot assay. 2. Must have fully programmable incubation, test sample and wash additions. 3. Must have audible alarm at test completion. Annual Workload Estimate for HIV-1 Western Blot: 500 Instrument Install and Training Support: 1. Must provide instrument transportation, delivery, and installation, to include calibration and test and system validation support. 2. Must provide training to include: onsite training and vendor specific to cover training that is not covered at onsite training. Offsite training will be a minimum of two per instrument provided and will be available over the length of this agreement. The contractor will provide, all expense to include but not limited to travel, lodging, meals and any additional expense that are training specific. Instrument Repair and Maintenance: At a minimum, the contractor will provide the following maintenance and repair services: 1. Must provide onsite maintenance (monthly, quarterly, annually, etc.) in accordance with manufactures guidelines. 2. Must provide all required tools, parts and labor as necessary to keep the instrument operational. 3. Must provide over the phone, instrument technical support during normal duty hours (0730 - 2200 EST) 4. The contractor will monitor equipment to ensure instrument downtime will not exceed 48 hours for a single occurrence. 5. In the event of an instrument failure, the contractor will provide onsite technical support with a response time of <24 hours. The contractor is responsible for all tools, parts, travel/lodging and labor that are necessary to bring the instrumentation back online in <48 hours from service call. Minimum Reagent Requirements: At a minimum, the contractor will provide the following maintenance and repair services: 1. All reagent kits must be FDA approved and will exhibit at least 95% sensitivity and 95% specificity. 2. Upon request, sufficient reagents shall be provided by the vendor for in-house evaluation of each analyte. 3. Following evaluation, each test kits shall exhibit at least 95% agreement with test kits currently in use in the ImmunoDiagnostics Laboratory 4. 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 31 Oct 2006. 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 325413, 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). 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), 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: Elizabeth.Cenova-Betts@wpafb.af.mil in a Microsoft word compatible format or mailed to AFLCMC/PKOAA POC: Elizabeth Cenova-Betts, 1940 Allbrook Dr., Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 2:00 PM Eastern Standard Time, 10 December 2012. Direct all questions concerning this acquisition to Elizabeth.Cenova-Betts at Elizabeth.Cenova-Betts @wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-13-T-0057/listing.html)
- Place of Performance
- Address: 1490 Allbrook Drive, WPAFB, Ohio, 454533, United States
- Zip Code: 54533
- Zip Code: 54533
- Record
- SN02939319-W 20121201/121129234634-305d4fee93baca4b330dc2d66ba833f6 (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 |