Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

68 -- Chlamydia and Gonorroheae Testing

Notice Date
4/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ABG - 311 Air Base Group, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
FA8901-10-R-0030
 
Archive Date
5/15/2010
 
Point of Contact
Linda G McKee, Phone: 210-536-6227, Josie A. Toste, Phone: 2105366567
 
E-Mail Address
linda.mckee@brooks.af.mil, josie.toste@brooks.af.mil
(linda.mckee@brooks.af.mil, josie.toste@brooks.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The type contract anticipated is two-year firm-fixed price requirement contract. POPOSALS SHALL BE VALID FOR 90 DAYS. Solicitation Number: RFP FA8901-10-R-0030 (RFP). This is a sole source requirement in accordance with FAR 6.302-1. Intended source--Gen-Probe Sales & Services Inc, San Diego CA. Reason for Single source: capability can only be maintained with an automated instrument that demonstrates exceptional productivity and superior quality standards. It is ascertained that these critical factors can only be maintained by instrumentation that has a highly sensitive, high through-put, walk-away capability and offers zero specimen preparation time. Collaboration with other DoD clinical laboratories and a review of various scientific literature revealed only Gen-Probe Tigris Molecular Diagnostics has the capability to fulfill the requirements. Previous sources sought and competitive synopsis did not identify additional source(s). All responsible sources may submit a capability statement with their proposal which shall be considered. Details: FOB, Inspection and Acceptance at Destination, Brooks City-Base TX. This effort will be a 24 month FFP Requirement contract for the following CLIN's: 0001 Combo Assay Reagent Kits BEQ/yr 268 each; 0002 Verification Kits--0002AA Chlamydia Confirm BEQ/yr 120 each; 0002AB GC Confirm BEQ/yr 40 each; 0003 Not-Separately-Priced Items--0003AA RUN Kit BEQ/Qtr 2 ea; 0003AB Amp/Enzyme/Probe Confirm Replacement Caps BEQ/Qtr 1 ea; 0003AC Confirm TCR Replacement Caps BEQ/Qtr 1 ea; 0003AD AR Spare Caps TCR/Select CL0040 BEQ/Qtr 1 ea; 0003AE AR Spare Caps AMP/Probe/Enzyme CL0041 BEQ/Qtr 1 ea; 0003AF APTIMA Auto Detect Kit 1048 BEQ/Qtr 30 ea; 0003AG APTIMA System Fluid 2380 BEQ/Qtr 30 ea; 0003AH APTIIMA Assay Fluids Kit 2382 BEQ/Qtr 30 ea; 0003AJ Sample Racks 105710 BEQ/Qtr - as needed. The contractor shall provide a fully-automated, walk-away-hands free instrument with absolute automation for all phases of molecular diagnostics testing from sample preparation, amplification and detection to reporting results. Sample preparation must include direct tube sampling with no sample manipulation/preparation. This includes no removal of container caps, no off board incubation, no removal of specimen swabs, and no manipulation of urine samples prior to testing on instrument. Instrument must have liquid level sensing to confirm adequate sample and reagent levels, must be able to process urine and swab specimens simultaneously and must be one integrated system. Results must be automatically linked to reagent lot numbers. Positive specimen results must be sorted and identified for follow up. Results must be sent automatically to the lab informatino system and includes drop shipments of reagents at designated intervals. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-40 (effective 22 Apr 2010) and Defense Federal Acquisition Regulation Supplement change notice 20091229. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. FAR 52.212-2, Evaluation - Commercial Items, applies. Technical capability will be evaluated by how well the proposed product meets the government requirement instead of predetermined sub-factors. Evaluation Basis for Award: Award will be made to the offeror who has the lowest priced, technically acceptable proposal. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Wide Area Workflow (WAWF) procedures apply. It is the offeror's responsibility to be familiar with applicable clauses and provisions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSW/FA8901-10-R-0030/listing.html)
 
Place of Performance
Address: Ship to: F1JEA USAFSAM/PHE 2730 Louis Bauer Drive (Bldg 930), Brooks City-Base TX 78235, Note: Transition to Wright Patterson AFB OH during contract period will be determined., Brooks City-Base, Texas, 78235, United States
Zip Code: 78235
 
Record
SN02132827-W 20100429/100427234539-4ebf2799cbf2e52e9ef73aa650ba843c (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.