Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2016 FBO #5179
SOURCES SOUGHT

65 -- Blood Services BPA WPAFB - Requirement documents

Notice Date
1/26/2016
 
Notice Type
Sources Sought
 
NAICS
621991 — Blood and Organ Banks
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-16-T-0084SS
 
Archive Date
2/25/2016
 
Point of Contact
Robert Fahrney, Phone: 9375224540
 
E-Mail Address
robert.fahrney@us.af.mil
(robert.fahrney@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
List of supplies required Performance requirements Sources Sought Blood Components and Reference Lab Transfusion Testing Services This is a Sources Sought Synopsis (SSS); there is no solicitation available. This is not a request for a quote, request for proposal, or an invitation to bid, nor is this to be construed as a commitment by the US Government to issue a solicitation. The Government will not reimburse or pay for information submitted in response to this SSS. Requests for a solicitation will not receive a response. This Sources Sought Synopsis is published for market research purposes. This market research will be used to help determine if this may be a competitive acquisition, or if a set-aside for any small business program is appropriate (Small Business, 8(a), HUBZone, Service-Disabled Veteran Owned (SDVO), small businesses). Please review this announcement, including all attachments, in their entirety. Request interested parties complete and return a Capabilities Statement that describes the comparable product and the ability to meet the "Requirements" described below to identify firms who possess the capability to provide a Blood Components and Reference Lab Transfusion Testing Services. The Government is in no way obligated to do business with or to enter into any form of contract with any person, firm or other entity that receives or responds to this announcement. The Operational Contracting Branch, Technology Support Acquisition Section (AFLCMC/PZIOAA) is seeking potential sources, including small business sources. In addition to the information requested in the paragraph below entitled "Capabilities package" responding parties must also indicate their size status in relation to the applicable North American Industry Classification System (NAICS) code assigned to this effort NAICS Code: 621991 Blood and Organ Banks size standard $32.5 million. Include in your response all socio-economic categories for which you qualify (Small Business (SB), Small Disadvantaged Business (SDB), 8(a), Veteran-Owned (VO), SDVO, Women-Owned (WO), Economically-Disadvantaged Women-Owned (EDWO) and HUBZone small businesses). 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 use of foreign national employees on this effort. Please include information about the firm's standard warranty. In addition, recent sales history to commercial companies should be included to determine commerciality. Instructions: 1. The information below provides a "Program Description Requirements" and a "Contractor Capability Survey", which allows you to document your company's capabilities in meeting these requirements. 2. If, after reviewing these documents, you desire to participate in the market research, please complete and return the Contractor Capability Survey below. Response format and due date information is specified at the bottom portion of this notice. Failure to provide a complete response may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) 3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. 4. Information feedback sessions may be offered to respondents after the sources sought assessments are complete. Program Description Requirements: Requirements for 1 (one) Physical Vapor Deposition Blood Components and Reference Lab Transfusion Testing Services Salient Characteristics: Please View attachments Blood Components and Reference Lab Transfusion Testing Services At this time the following non-commercial provisions and clauses are being considered for inclusion in the solicitation package: FAR 52.204-7, System for Award Management (P) FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation(P) FAR 52.203-6 Alt 1 Restrictions on Subcontractor Sales to the Government FAR 52.04-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.229-3, Federal, State, and Local Taxes FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-2, Service Protest FAR 52.242-13, Bankruptcy FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clause DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.243-7001, Pricing of Contract Modifications AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Class I Ozone Depleting Substances AFFARS 5352.223-9001, Health and Safety on Government Installation Contractor Capability Survey: Part I. Business Information: Please provide the following business information for your firm:  Company/Institute Name:  Address:  Point of Contact:  CAGE Code:  Phone Number:  Email Address:  Web Page URL: Based on North American Industry Classification Code 621991 $32.5 milloon please circle Yes or No whether your company is: Based on the above NAICS Code, state whether your company is:  Small Business (Yes / No) Self-Certified or Third Party Certified  Woman Owned Small Business (Yes / No) Self-Certified or Third Party Certified  HUBZone Certified (Yes / No) Self-Certified or Third Party Certified  Veteran Owned Small Business (Yes / No) Self-Certified or Third Party Certified  Service Disabled Veteran Small Business (Yes / No) Self-Certified or Third Party Certified  8(a) Certified (Yes / No) Self-Certified or Third Party Certified SBA Certification Date: ____________ SBA Graduation Date: ______________  Please provide a statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).  Indicate if you are the manufacturer or provide the name and size of the manufacturer of the product(s) you will be supplying.  Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104.  Please provide information about the firm's standard warranty.  Please provide recent sales history to commercial companies in order to determine commerciality.  Please provide a statement to acceptability of the following proposed provisions and clauses, as they are determined to be consistent with customary commercial practice. Part II. Capability Survey Questions: 1. Describe briefly the capabilities of your facility and the nature of the services you provide. Include a description of your staff composition and management structure. 2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract number and date, a brief description, agency/organization supported, and point of contact name and telephone number. 3. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 4. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. 5. Describe your standard warranty furnished to the government similar in nature to this requirement. All interested firms shall submit a response demonstrating their capabilities to provide the requested items to the primary point of contact listed below. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought synopsis is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. The decision to solicit for a contract shall be solely within the Government's discretion. Response Format Instructions: All interested firms shall submit a Contractor Capabilities Survey (as outlined above) that explicitly demonstrates company capabilities. Responses are limited to 10 pages and may be submitted electronically to the following e-mail address: robert.fahrney@us.af.mil in a Microsoft Word compatible format or mailed to AFLCMC/PZIOA POC: SrA Robert Fahrney, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than (This date is subject to SB approval and will be 14 days from posting)12:00 p.m. EST, Monday the 10th of February 2016. Direct all questions concerning this acquisition to SrA Robert Fahrney at robert.fahrney@us.af.mil (phone 937-522-4540). Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Blood Components Services" If this subject line is not included, the e-mail may not get through e-mail filters at Wright-Patterson AFB. Filters are designed to delete emails without subject lines or with suspicious subject lines or contents. Attachments with files ending in.zip or.exe are not allowable and will be deleted. Ensure only.pdf,.doc, or.xls documents are attached to email. Respondents will not be individually notified of the results of any government assessments. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small business, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), etc.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-16-T-0084SS/listing.html)
 
Place of Performance
Address: WPAFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04000734-W 20160128/160126234006-a03c7182ea907c1ad44a787010fe3909 (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.