Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 29, 2020 SAM #6909
SOURCES SOUGHT

65 -- Covid-19 Self-Administered Test Kits

Notice Date
10/27/2020 1:07:55 PM
 
Notice Type
Sources Sought
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
FA7000 10 CONS LGC USAF ACADEMY CO 80840-2303 USA
 
ZIP Code
80840-2303
 
Solicitation Number
FA7000210005
 
Response Due
10/30/2020 9:00:00 AM
 
Archive Date
11/14/2020
 
Point of Contact
Wesley Kuykendall, Tena Cessna
 
E-Mail Address
wesley.kuykendall.1@us.af.mil, tena.cessna@us.af.mil
(wesley.kuykendall.1@us.af.mil, tena.cessna@us.af.mil)
 
Description
SOURCES SOUGHT:� THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY!� This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Request for Information (RFI) number is FA700021Q0005 and shall be used to reference any written responses to this source sought. The United States Air Force Academy (USAFA) anticipates a requirement that is being considered for full and open competition.� The North American Industry Classification Systems (NAICS) Code proposed 325413�In-Vitro Diagnostic Substance Manufacturing.� The size standard for NAICS 325413 is 1,250 employees.�� The requirement is to provide:�� Self-Administered Rapid In-Vitro Diagnostic COVID-19 Test kits for weekly testing.� The number of kits may range from 3,000 to over 13,000 per week for 10 weeks.� Each test kit should meet the following characteristics: ? 90% Results Accuracy Results available by App or other secure electronic means within 24 hours.� Include in your capabilities package your DUNS, Cage Code, System for Award Management expiration date, and any related specifications. We are interested in any size business that is capable of meeting this requirement. Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement.� The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers. 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.� 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. NOTE:� RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE A SUPPLIER OR MANUFACTURER! All interested firms should submit a capabilities package that outlines the firm�s capabilities in providing the required services.� Contractor is required to provide all management and labor required for the operation and management of the required services.� Include three past references with current contact information and contract number.� If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used.� The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements.� Recent, relevant experience in all areas should be provided.� Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided.� The response must not exceed 5 pages. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.� The Government will use this information in determining its small business set-aside decision. Interested parties may also provide feedback concerning the following: Is this the appropriate NAICS code?� If not, please identify which code is appropriate? Are you a manufacturer or reseller? What is your lead-time? Have you ever performed federal government contracts? What are your payment terms? What would you consider �risk� on the contractor�s part for this acquisition? If you require different terms and conditions than those normally used by the Government, what are your commercial terms and conditions? Please feel free to provide a copy of your terms and conditions for this type of work. Are there any aspects of this requirement which are not consistent with current industry practices? Add any questions specific to the acquisition not included above. Please note:� All contractors doing business with the Federal Government must be registered in the System for Award Management (SAM) database.� The website for registration is www.sam.gov. Responses may be submitted electronically to the following e-mail addresses: wesley.kuykendall.1@us.af.mil or tena.cessna@us.af.mil.� Telephone responses will not be accepted. RESPONSES ARE DUE NO LATER THAN 10:00 am Mountain Daylight Time on 30 October 2020. Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through beta.sam.gov.� Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/6de5a6a885114993892790e42563455b/view)
 
Place of Performance
Address: USAF Academy, CO 80840, USA
Zip Code: 80840
Country: USA
 
Record
SN05839294-F 20201029/201027230148 (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 |
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.