SOURCES SOUGHT
65 -- Forensic Science Proficiency Testing
- Notice Date
- 7/23/2020 6:02:17 AM
- Notice Type
- Sources Sought
- NAICS
- 541380
— Testing Laboratories
- Contracting Office
- W6QM MICC-FT GORDON FORT GORDON GA 30905-5719 USA
- ZIP Code
- 30905-5719
- Solicitation Number
- 0011523980
- Response Due
- 7/27/2020 1:30:00 PM
- Archive Date
- 08/11/2020
- Point of Contact
- Martina C. Bond, Phone: 7067911832, Fax: 7067918651, Sherrilyn Rice, Phone: 7067911831
- E-Mail Address
-
martina.bond.civ@mail.mil, sherrilyn.u.rice.civ@mail.mil
(martina.bond.civ@mail.mil, sherrilyn.u.rice.civ@mail.mil)
- Description
- The Mission and Installation Contracting Command, Fort Gordon, GA is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the following products: Custom DNA Test #1 - Distribution 1: The proficiency test design shall contain four (4) single?source white blood cell samples on cotton swabs. These samples will consist of three (3) unique �known� human male DNA samples and one (1) �unknown� male DNA sample matching one (1) of the known samples. Each sample will consist of two (2) cotton swabs, each containing sufficient DNA for complete typing at 24 cycles using the GlobalFiler, GlobalFiler Express, Identifiler Plus, and/or the YFiler Plus amplification kits containing a minimum of 15 ul per sample. Allele Tool: Forensic Assurance allele tool will be customized to be used with the proficiency tests requiring reporting of allele values. This will allow participants to directly upload their allele values rather than manually input their results using the previously utilized allele tables. Custom DNA Test #1 - Distribution 2: The proficiency test design shall contain four (4) single?source white blood cell samples on cotton swabs. These samples will consist of three (3) unique �known� human male DNA samples and one (1) �unknown� male DNA sample matching one (1) of the known samples. Each sample will consist of two (2) cotton swabs, each containing sufficient DNA for complete typing at 24 cycles using the GlobalFiler, GlobalFiler Express, Identifiler Plus, and/or the YFiler Plus amplification kits containing a minimum of 15 ul per sample. Custom DNA Test #2 - Distribution 1: This proficiency test design will contain already generated Identifiler Plus DNA profiles which are provided to the laboratory for interpretation purposes only. The proficiency test will consist of four (4) profiles, two (2) known profiles and two (2) questioned/evidence profiles. The format of these profiles will be either .hid files or analyzed electropherograms. If the data is analyzed, the Amplitude Thresholds will be as follows: Blue: 32 relative fluorescence units (rfu); Green: 41 rfu; Yellow: 71 rfu; Red: 76 rfu; Internal Lane Standard (ILS): 500 rfu. If the data is provided as an .hid file, the appropriate controls (Allelic Ladder, Positive Control, and Negative Control) will also be included. At least one (1) of the questioned/evidence profiles will be a mixture, and mixtures will not contain more than three (3) contributors. Custom DNA Test #2: This proficiency test design will contain already generated Identifiler Plus DNA profiles which are provided to the laboratory for interpretation purposes only. The proficiency test will consist of four (4) profiles, two (2) known profiles and two (2) questioned/evidence profiles. The format of these profiles will be either .hid files or analyzed electropherograms. If the data is analyzed, the Amplitude Thresholds will be as follows: Blue: 32 relative fluorescence units (rfu); Green: 41 rfu; Yellow: 71 rfu; Red: 76 rfu; Internal Lane Standard (ILS): 500 rfu. If the data is provided as an .hid file, the appropriate controls (Allelic Ladder, Positive Control, and Negative Control) will also be included. At least one (1) of the questioned/evidence profiles will be a mixture, and mixtures will not contain more than three (3) contributors. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries willnot be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND� SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FORPREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The applicable NAICS code for this requirement is 541380 with a Small Business Size Standard of $15 Million. The Product Service Code (PSC) is 6640. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist,� Martina Bond, in either Microsoft Word or Portable Document Format (PDF), via email martina.c.bond.civ@mail.mil no later than 4:30 p.m. on�27��July �2020 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL.� If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ab991608848f4c4c8f39e7218bb16eb8/view)
- Place of Performance
- Address: Forest Park, GA 30297, USA
- Zip Code: 30297
- Country: USA
- Zip Code: 30297
- Record
- SN05732272-F 20200725/200723230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |