SOURCES SOUGHT
66 -- HIV-1 P24 Antigen Assay Kits
- Notice Date
- 5/7/2010
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- JS1072578
- Archive Date
- 5/29/2010
- Point of Contact
- Jaclyn Stielper, Phone: 301-827-7153, Kimbalynn Dieng, Fax: 301-827-7151
- E-Mail Address
-
jaclyn.stielper@fda.hhs.gov, Kimbalynn.Dieng@fda.hhs.gov
(jaclyn.stielper@fda.hhs.gov, Kimbalynn.Dieng@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Document Type: Sources Sought Notice Solicitation Number: JS1072578 Posted Date: 05/07/2010 Original Response Date: 05/14/2010 Current Response Date: 05/14/2010 Original Archive Date: 15 days after posting Current Archive Date: 15 days after posting Classification Code: 66 Set Aside: Small Business NAICS Code: 561210 Contracting Office Address Department of Health and Human Services Food and Drug Administration Office of Acquisitions and Grants Services Attn: Jaclyn Stielper 5630 Fishers Lane Rockville, MD 20857 Description This is a SOURCES SOUGHT NOTICE to determine the availability and capability of small businesses (including certified 8(a), Small Disadvantaged, and HUBZone firms; veteran and service-disabled veteran-owned small businesses, and women-owned small businesses) to provide HIV-1 P24 Antigen Capture Assay Kits. This requirement is needed to quantify virus like particles pseudotyped with influenza HA on HIV P24 which are used in a Flu assay research project. Contractor will be required to provide the HIV-1 P24 Kits that have the following salient characteristics: 1. one 96 well ELISA plate precoated with monoclonal antibody to HIV-1 P24 and pre-blocked 2. primary detection antibody, rabbit polyclonal anti-P24 3. secondary detection antibody, goat anti-rabbit 4. HIV-1 P24 standard Contractors must satisfy the following requirements. Provide a detailed description of your company's (including its teammates, if applicable) experience and demonstrated abilities to deliver the type of kit described above. An Indefinite Delivery/Indefinite Quantity (IDIQ) contract is anticipated for5 years. The previous source for this requirement was SAIC Frederick Inc. The NAICS Code is 561210, with a small business size standard of [$5 MIL]. Interested small business potential offerors are encouraged to respond to this notice. However, be advised that generic capability statements are not sufficient for effective evaluation of respondents' capacity and capability to provide the specific instrument(s) as required. Responses must directly demonstrate the company's ability to effectively provide the instrument(s) described above. Responses to this notice shall be limited to 10 pages, and must include: 1. Company name, mailing address, e-mail address, telephone and FAX numbers, website address (if available), and the name, telephone number, and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 2. Name, title, telephone number, and e-mail addresses of individuals who can verify the demonstrated capabilities identified in the responses. 3. Business size for NAICS 561210 ($5 MIL) and status, if qualified as an 8(a) firm (must be certified by SBA), Small Disadvantaged Business (must be certified by SBA), Woman-Owned Small Business, HUBZone firm (must be certified by SBA), and/or Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information Pages). 4. DUNS number, CAGE Code, Tax Identification Number, and company structure (Corporation, LLC, partnership, joint venture, etc.). Companies also must be registered in the Central Contractor Registry (CCR, at www.ccr.gov) to be considered as potential sources. 5. Identification of the firm's GSA Schedule contract(s) by Schedule number and contract number and SINs that are applicable to this potential requirement are also requested. 6. If the company has a Government approved accounting system, please identify the agency that approved the system. Please submit copies of any documentation such as letters or certificates to indicate the firm's status (see item #3, above). Teaming arrangements are acceptable, and the information required above on the company responding to this announcement, should also be provided for each entity expected to be teammates of the respondent for performance of this work. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. This notice is for planning purposes only, and does not constitute an Invitation for Bids, a Request for Proposals, a Solicitation, a Request for Quotes, or an indication the Government will contract for the items contained in this announcement. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Responses to this notice must be received by the Contract Specialist named below not later than 3:00 PM Eastern time on Friday, May 14, 2010 for consideration. The acceptable method of transmitting responses is via email. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, and FDA may contact one or more respondents for clarifications and to enhance the Government's understanding. This announcement is Government market research, and may result in revisions in both its requirements and its acquisition strategy based on industry responses. POINTS OF CONTACT Jaclyn Stielper FDA Contract Specialist Jaclyn.Stielper@FDA.HHS.GOV PLACE OF PERFORMANCE Instrument(s) will be delivered to Bethesda, MD.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/JS1072578/listing.html)
- Place of Performance
- Address: 9200 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02144017-W 20100509/100507234958-2241e162a9b5d66514fdb4b9db6af471 (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 |