Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2007 FBO #2056
SOLICITATION NOTICE

66 -- Autoimmune Testing/HIV-1 Western Blot for Air Force Institue for Operational Health/SDE

Notice Date
7/12/2007
 
Notice Type
Solicitation Notice
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 311th HSW/PK 8150 Aeromedical Road, Brooks AFB, TX, 78235-5123, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1JEAC7183B002
 
Response Due
7/19/2007
 
Archive Date
8/3/2007
 
Description
AIR FORCE INSTITUTE FOR OPERATIONAL HEALTH (AFIOH) BROOKS CITY-BASE TEXAS SOURCES SOUGHT SYNOPSIS (SSS) 12 July 2007 Headquarters Air Force Material Command, Aeronautical Systems Center, 311 Human Systems Wing, Air Force Institute for Occupational Health (AFIOH) at Brooks City Base, San Antonio TX is establishing the acquisition strategy for its Epidemiology Surveillance Division. This is not a Solicitation or a commitment by AFIOH to contract for services identified herein. The Government will not pay respondents for information in response to this posting. The Government reserves the right to amend this strategy in any manner deemed appropriate. In no way does this posting obligate the Government. 1. PURPOSE/GENERAL INFORMATION: AFIOH is considering awarding a firm-fixed Price (FFP) Blanket Purchase Agreement(s) (BPA), also known as a cost per test, for autoimmune testing reagents and use of platforms necessary to perform those tests. Though there are a number of platforms capable of performing autoimmune tests, this particular acquisition is sourcing usage of a fully automated platform/s capable of conducting simultaneous testing per sample with walk away technology and with a requisite number of samples per hour. The anticipated North American Industry Classification System (NAIC) code for this effort is ?325413- In Vitro Diagnostic Substance Manufacturing?. 2. BACKGROUND/DESCRIPTION: Market research is being conducted in order to identify sources who are capable of, or capable of teaming with other firms, to provide reagents and access to a testing platform that is fully-automated, exhibits walk-away technology, and is capable of delivering 22 results per sample at 100 samples per hour. The instrument/s must use technology that permits simultaneous detection and identification of the following: anti-nuclear antibody (ANA), dsDNA antibody tests, and extractable nuclear antigen (ENA) tests for the following antibodies: Sm, RNP, SS-A, SS-B, and Centromere. In addition, the instrument/s must be capable of bi-directional interface with AFIOH?S Laboratory Information Medical System. The platform would be located at Brooks City Base, San Antonio, TX. The government is also sourcing an automated platform for an HIV-1 Western Blot that must exhibit walk away technology, and must maintain subsequent reagent additions capable of dispensing and aspirating up to 20 strips in 90 seconds. This platform would reside at Brooks City Base, San Antonio, TX. All reagents must be FDA-approved and shall exhibit at least 90% sensitivity and 90% specificity. The vendor would retain title to the instruments during the entire term of the agreement, and would monitor the equipment to ensure that downtime would not exceed 48 hours for a single occurrence. It is anticipated that the agreement would be in place for five years with the following estimated number of tests per year: Description Tests/Yr. ANA Screen 23,165 dsDNA test 1,860 ENA tests for: SS-A/Ro 3,200 SS-B/La 3,200 Sm 3,200 RNP 3,200 Centromere 3,200 A draft PWS is attached to this RFI 3. INFORMATION REQUESTED: Interested parties are requested to respond with the following information via email by 19 July 2007: a. Recommendation regarding Small Business Set-Aside or Full-and-Open Competition and a brief explanation for rationale. b. Any questions or recommendations that could affect the Performance Work Statement. c. The technical capabilities of the potential offeror. Please remember that this is not a request for proposal. 4. ANTICIPATED SCHEDULE: The government anticipates award of this agreement in September of 2007. 5. POINTS OF CONTACT: Please contact Mr. Aubrey Lewis, Contracting Officer or Captain Richard Dawson, Contract Specialist via email at aubrey.lewis@brooks.af.mil and richard.dawson@brooks.af.mil respectively with replies or for additional information regarding this acquisition.
 
Place of Performance
Address: AFIOH/SDE, Bld 930, Brooks City Base, TX
Zip Code: 78235-5132
Country: UNITED STATES
 
Record
SN01340646-W 20070714/070712221152 (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  © 1994-2020, Loren Data Corp.