Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 19, 2017 FBO #5840
SOURCES SOUGHT

65 -- DiaSorin Reagent Kits

Notice Date
11/17/2017
 
Notice Type
Sources Sought
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA860118R0007SS
 
Archive Date
12/6/2017
 
Point of Contact
Joy Hyde, Phone: 937-522-4548
 
E-Mail Address
Joy.Hyde@us.af.mil
(Joy.Hyde@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
DIASORIN REAGENTS SOLICITATION FA8601-18-R-0007 The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet the 711th HPW/OML requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, 711th HPW/OML is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: 1.Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities. 2.If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). 3.Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4.Questions relative to this market survey should be addressed via email to Joy Hyde (AFLCMC/PZIBC), joy.hyde@us.af.mil no later than 10:30 A.M. EST on 20 November 2017. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION The contractor shall provide all personnel, equipment, tools, materials, supervision, and other items and non-personal services (NPS) to delivery reagent kits noted in the requirements below for the United Sates Air Force 711th HPW/OML. These reagents are expected to be delivered in three (3) to five (5) business days after contract award. REQUIREMENTS The Contractor shall deliver all required DiaSorin reagents: Required Reagents: ITEM IDENTIFICATIONESIMATED QUANTITY Borelia burgdorferi Total (100 tests)21 CMV IgG (100 tests)18 CMV IgM (100 tests)18 EBNA IgG (100 tests)18 EBV IgM (100 tests)21 EBV VCA IgG (100 tests)15 HSV-1 IgG (100 tests)51 HSV-2 IgG (100 tests)42 Measles IgG (100 tests)165 Mumps IgG (100 tests)195 Rubella IgG (100 tests)195 Treponema (200 tests)45 VZV (100 tests)135 25 OH Vitamin D (100 tests)372 EA IgG1 1,25 OH Vit D3 IGF-11 hGH1 Aldosterone1 Direct Renin1 Ancillary Supplies Liaison Wash Buffer/System Liquid (6 x ltrs)42 Liaison XL Waste Bags (50)15 Liaison XL Cuvettes (9 bags x 200 cuvettes/bag)123 Liaison XL Starter Kit (3 sets x 2 levels)54 Liaison XL Disposable Tips (6 trays x 96 tips/tray)270 Liaison XL Cleaning Kit (1)9 DiaSorin QC Borelia burgdorferi Total 6 HSV-1 IgG9 HSV-2 IgG9 Measles IgG12 Mumps IgG9 Rubella IgG Tri9 Treponema9 VZV15 1,25 OH Vit D QC12 CMV IgM Serum QC6 EBNA IgG Serum QC6 EBV IgM Serum QC6 VCA (EBV) IgG Serum QC6 CMV IgG Serum QC6 CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: •Company/Institute Name: •Address: •Point of Contact: •CAGE Code: •Phone Number: •E-mail Address: •Web Page URL: •Size of business pursuant to North American Industry Classification System (NAICS) Code: 325413 In-Vitro Diagnostic Substance Manufacturing. •Based on the above NAICS Code, state whether your company is: oSmall Business(Yes / No) oSmall Disadvantaged Business(Yes / No) oWoman Owned Small Business(Yes / No) oEconomically Disadvantaged Woman Owned Small Business(Yes / No) o8(a) Certified(Yes / No) oHUBZone Certified(Yes / No) oVeteran Owned Small Business(Yes / No) oService Disabled Veteran Small Business(Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. •A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). •Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. •Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice. At this time the following non-commercial clauses and provisions are being considered for inclusion in the solicitation package: FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.229-3, Federal, State, and Local Taxes FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-2, Service of Protest FAR 52.242-13, Bankruptcy FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7000, Disclosure of Information DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004 Alt A, System for Award Management DFARS 252.209-7004, Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.243-7001, Pricing of Contract Modifications AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) AFFARS 5352.223-9001, Health and Safety on Government Installations   ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Nov 2011)... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract maybe based off a brand name. Part II. Capability Survey Questions 1.Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. 2.Describe briefly the capabilities of the nature of the services you provide. 3.Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 4.Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 5.Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. If your company is interested, e-mail your responses to joy.hyde@us.af.mil. E-mail responses should be received no later than 4 days after the issuance of this notice. Direct and sufficient responses are preferred. Marketing materials are considered an insufficient response. Also, you are welcome to mail an original signed copy of your response, on or before the same date, to: AFLCMC/PZIOAC, Bldg. 1, Room 109 Attn: Joy Hyde 1940 Allbrook Dr Wright-Patterson AFB OH 45433-5344 (937) 522-4597 RESPONSE FORMAT INSTRUCTIONS: Be advised that all correspondence sent via e-mail shall contain a subject line that reads "DiaSorin Reagents". If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. Responses are limited to ten (10) pages and may be submitted electronically to the following email address: joy.hyde@us.af.mil. RESPONSE DUE DATE: Responses are due no later than 10:00 A.M., EST. Tuesday, 21 Nov 2017 and should be sent to: joy.hyde@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA860118R0007SS/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04743719-W 20171119/171117230839-f732909c1c1547ce15d9ed8dd310d941 (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.