Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2016 FBO #5494
SOURCES SOUGHT

65 -- Meridian Reagent Kits - Attachment 1

Notice Date
12/6/2016
 
Notice Type
Sources Sought
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
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
FA8601-17-R-0017
 
Archive Date
1/7/2017
 
Point of Contact
Brigette Shepherd, Phone: 9375224597
 
E-Mail Address
brigette.shepherd-colter@us.af.mil
(brigette.shepherd-colter@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Requirements Document Meridian Bio Science Reagent Kits Sources Sought Solicitation FA8601-17-R-0017 The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. CAUTION: This Sources Sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet 711 th HPW/OMP requirements. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Further, 711 th HPW/OMP is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: •1. Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities. •2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation 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. Questions relative to this market survey should be addressed via email to Brigette Shepherd (AFLCMC/PZIOAC), brigette.shepherd-colter@us.af.mil. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION The contractor shall provide a five (5) year agreement that supports providing reagents/kits necessary to perform Enzyme-Linked Immunosorbent Assay (ELISA), Indirect Fluorescent Antibody (IFA), and Enzyme Immunoassay (EIA) analysis. These reagents are required for laboratory diagnostic testing support. The laboratory testing is utilized for the diagnosis and patient care for bacterial and parasitic diseases and infections. REQUIREMENTS The annual required reagents/kits are the following: 100 Meridian Bio Science HPSA Premier Platinum Plus #6013936, 260 Meridian Bio Science MERIFLOUR #250050, 35 Meridian Bio Science PREMIER EHEC #608096, and 15 Meridian Bio Science PREMIER CAMPY #618096. Reagents must be FDA Approved •2. Reagents must have at least a 6 month expiration date. •3. All reagent kits must be FDA approved and will exhibit at least 95% sensitivity and 95% specificity. •4. Following evaluation, each test kit shall exhibit at least 95% agreement with the test kit(s) currently in use in the USAFSAM/PHE Immunodiagnostics Laboratory. •5. The vendor shall comply with all FDA regulations. •6. The vendor shall comply with the most current standards from the College of American Pathologists (CAP) checklist. •7. The vendor will provide assistance trouble shooting any CAP proficiency problems encountered with the reagents. •8. The vendor shall comply with the Center for Disease Control (CDC) guidelines for infectious diseases. •9. The vendor shall provide validation support, to include test kits and validation samples at no additional cost. C ONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: •· Company/Institute Name: •· Address: •· Point of Contact: •· CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: •· Size of business pursuant to North American Industry Classification System (NAICS) Code: 3325413 In-Vitro diagnostics substance manufacturing. •· Based on the above NAICS Code, state whether your company is: •o Small Business (Yes / No) •o Small Disadvantaged Business (Yes / No) •o Woman Owned Small Business (Yes / No) •o Economically Disadvantaged Woman Owned Small Business (Yes / No) •o 8(a) Certified (Yes / No) •o HUBZone Certified (Yes / No) •o Veteran Owned Small Business (Yes / No) •o Service Disabled Veteran Small Business (Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. •· A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). •· Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. •· Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice. -FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government (Sept 2006) -FAR 52.204-4, Printed or Copied Double Sided on Recycled Paper (May 2011) -FAR 52.204-7, System for Award Management (Oct 2016) -FAR 52.211-6, Brand Name or Equal (Aug 1999) -FAR 52.229-3, Federal, State, and Local Taxes (Feb 2013) -FAR 52.232-39, Unenforceability of Unauthorized Obligations (Jun 2013) -FAR 52.233-2, Service of Protest (Sept 2006) -FAR 52.242-13, Bankruptcy (Jul 1995) -FAR 52.247-34, F.O.B. Destination (Nov 1991) -FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) -FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) -FAR 52.252-5, Authorized Deviations in Provisions (Apr 1984) -FAR 52.252-6, Authorized Deviations in Clause (Apr 1984) -DFARS 252.203-7002, Requirement to inform Employees of Whistleblower Rights (Sept 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) -DFARS 252.209-7004, Subcontracting with Firms That Are Owned or -Controlled by the Government of a Terrorist Country (Oct 2015) -DFARS 252.225-7002, Qualifying Country Sources as Subcontractors (Aug 2016) -DFARS 252.225-7048, Export Controlled Items (June 2013) -AFFARS 5352.201-9101, Ombudsman (Jun 2016) -AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) (Nov 2012) - AFFARS 5352.223-9001, Health and Safety on Government Installation (Nov 2012) ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for Small Businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Nov 2011)... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (1) Services (except construction). At least 50 percent of the cost of contract Performance incurred for personnel shall be expended for employees of the concern... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract maybe based off a brand name. Part II. Capability Survey Questions •1. Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. •2. Describe briefly the capabilities of the nature of the services you provide. •3. Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). •4. 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 •5. 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. If your company is interested, e-mail your responses to brigette.shepherd-colter@us.af.mil. E-mail responses should be received no later than 14 days after the issuance of this notice. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. Also, please mail two original signed copies of your response, on or before the same date, to AFLCMC/PZIOAC, Bldg. 1, Room 109 Attn: Brigette Shepherd 1940 Allbrook Dr Wright-Patterson AFB OH 45433-5344 (937) 522-4515 RESPONSE FORMAT INSTRUCTIONS: Be advised that all correspondence sent via e-mail shall contain a subject line that reads "Meridian Bio Science Reagents/Kits". 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. Responses are limited to ten (10) pages and may be submitted electronically to the following email address: brigette.shepherd-colter@us.af.mil RESPONSE DUE DATE: Responses are due no later than 3:00 pm, EST. Friday, 23 Dec 2016 and should be sent to: brigette.shepherd-colter@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-17-R-0017/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04344014-W 20161208/161206234852-bf408cf47ff2552ed93ef16d022670ac (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.