Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 01, 2002 FBO #0061
SOLICITATION NOTICE

66 -- Immunochromatographic Assays

Notice Date
1/30/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Space and Missile Defense Command, Deputy Commander, ATTN SMDC-CM-AP, P.O. Box 1500, Huntsville, AL 35807-3801
 
ZIP Code
35807-3801
 
Solicitation Number
DASG60-02-R-0009
 
Response Due
2/28/2002
 
Archive Date
3/30/2002
 
Point of Contact
Sandra OConnell, 301-619-2895
 
E-Mail Address
Email your questions to US Army Space and Missile Defense Command, Deputy Commander
(sandra.oconnell@det.amedd.army.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
NA This presolicitation notice, is for the requirement of first article and full scale production of immunochromatographic assays for the Program Executive Office for Chemical and Biological Defense. These assays are used for the identification of up to forty (40) different biological warfare agents and five (5) different types of training Hand Held Assays. The government intends to award a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (ID/IQ) type contract and anticipates awarding a minimum of one (1) and a maximum of two (2) contracts. One award is set-aside for small business participation as defined under the North American Industrial Classification System (NAICS) code 334519 (Other Measuring and Controlling Device Manufacturing) with a s mall business size standard of 500 employees. The anticipated period of performance is 12 months with 4 optional 12 month periods, with a minimum amount of approximately $5.2M each option period. The government intends to use a three-step process describ ed as follows. In order to be considered qualified for participation in this competition, all prospective offerors must submit not later than the close of business on 28 Feb 02, the following: 1)Evidence of current laboratory registration under the Center s for Disease Control and Prevention(CDC) Office of Health and Safety (OH&S), Laboratory Registration and Select Agent Transfer Program [42 CFR 72.6]. CDC registration must encompass all BioSafety Level 2 agents listed on the Laboratory Registration Selec t Agent Transfer Tracking System, and meet the requirements as per CDC and National Institutes of Health (NIH) Biosafety in Microbiological and Biomedical Laboratories(BMBL), 4TH Edition; 2)Evidence of current laboratory infrastructure available to produ ce 350,000 single hand held assays a month; 3)Past performance information which demonstrates ability to perform work and meet contract cost, schedule, and performance for hand held assay production (provide a list of at least four (4)recent customers, POC and contract numbers); 4)Representations and certifications; 5)Completed EA101 form (Block 2) and 6)Assay/Reagent Non - Distribute Form. These qualifying factors are mandatory and must be met by No Later Than Close of Business on 28 Feb 02. Additional ti me to meet these qualifiers shall not be provided under any circumstance. Upon receipt of this data, the government shall complete an evaluation of the past performance information and the Reps and Certs. Any information the government receives that cast s doubt on the offerors responsibility to execute a subsequent contract shall be provided to the offeror for comment. The second step of this three-step process shall require offerors to produce Product Demonstration Models (PDMs). Blind testing of these PDMs will be conducted by a third party government facility. For this step no prices or pricing information shall be included. Those offerors who receive notice of successfully passing the PDM phase, will be asked to participate in step-three by the su bmission of a sealed bid. Questions regarding the solicitation and or copies of forms (as well as the Reps and Certs) listed above may be requested by contacting Sandra O?Connell, telephone number: (301)619-2895; e-mail: sandra.o'connell@det.amedd.army.mi l. Questions of a technical nature regarding this requirement may be addressed to Dr. David Cullin, telephone number: 703-681-9607; email: dave.cullin@peocbd.army.mil. The Solicitation is planned to be available on 28 Feb 02. Interested participants me eting step-one requirements, shall receive a copy of the invitation for bid. The Contracting Officer: Ms. Lynn M. Selfridge, US Army Space and Missile Defense Command, Chemical and Biological Agent Branch, 1436 Porter St. Ft. Detrick, MD 21702.
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: Program Excutive Office for Chemical and Biological Defense 5203 Leesburg Pike, Suite 1609 Falls Church VA
Zip Code: 22041-3203
Country: US
 
Record
SN20020201/00020675-020130210335 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.