Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SOURCES SOUGHT

65 -- Molecular Pathogen Detection Instrument

Notice Date
11/7/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Southern Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-15-T-0026
 
Response Due
11/17/2014
 
Archive Date
1/6/2015
 
Point of Contact
Timothy Hoerz, 254-285-6747
 
E-Mail Address
Southern Regional Contracting Ofc
(timothy.t.hoerz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. The Southern Regional Contracting Office, Fort Hood, TX, has an upcoming requirement to solicit for and award a One Time Buy; of One (1) each Molecular Pathogen Detection Instrument, brand name: Luminex, model# LX200-XPON3.1. This request is for a Brand Name or Equal (IAW FAR 52.211-6), Commercial item, and is funded with FY15 funds. The type of solicitation to issue will be based upon the responses to this synopsis. It is anticipated that the proposed requirement will result in a Firm Fixed-Priced contract. Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees', regarding this requirement is strictly prohibited. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these services. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The North American Classification System (NAICS) code for this requirement is 334516 - quote mark Analytical Laboratory Instrument Manufacturing quote mark. The Small Business Size Standard is 500 employees. The following salient characteristics for the Molecular Pathogen Detection Instrument are being provided for reference purposes: 1.System must have available, at minimum, FDA approved assays for the detection of significant pathogens in respiratory (influenza A/B as well as subtyping) and human stool specimens (Clostridium difficile, Campylobacter, Salmonella, Shigella, Escherichia coli [0157, EHEC, STEC]). 2.High throughput specimen processing capability capable of handling 200 patient specimens in an 8 hour work shift. 3.Open design technology that will run other assays not necessarily produced by the instrument manufacturer. 4.Integrated software that will reduce data (i.e. Positive or Negative for a given analyte) and flag any specimen that does not meet minimum QC requirements. 5.Simultaneous detection of multiple targets from a single patient specimen that does not require a unique specimen manipulation by the operator for each target (e.g. multiplex PCR). 6.Walk away type technology; once the assay is started no further action is required of the operator until the data is ready for analysis. Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to deliver the equipment listed above. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 5 pages and shall include the following information: Offeror's name, address, point of contact, phone number, and e-mail address. Offeror's interest in providing a proposal/quote on the solicitation when it is issued. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute maintenance services for this equipment, comparable work performed within the past 5 years - brief description of the work, customer name, timeliness of performance, customer satisfaction, and dollar value of the work) - provide at least three (3) examples. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and expertise and experience to compete for this acquisition. Offeror's type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability. Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government. Interested Offerors shall respond to this Sources Sought Notice no later than 17 Nov 2014 at 3:00 P.M. All interested businesses must be registered in the Central Contractor's Registration (CCR) through the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Fax or email your response Tim Hoerz, Contract Specialist to FAX # 254-553-3906 or email: timothy.t.hoerz.civ@mail.mil. Telephonic inquiries will not be honored. EMAIL IS THE PREFERRED METHOD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-15-T-0026/listing.html)
 
Place of Performance
Address: Southern Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN03569492-W 20141109/141107234200-0716354abef95f55d204086139abe4a0 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.