Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 13, 2016 FBO #5195
SOURCES SOUGHT

65 -- Manual Immunodianostics Testing - Draft Requirements

Notice Date
2/11/2016
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
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-R-0022a
 
Archive Date
2/27/2016
 
Point of Contact
Emmeline Spaulding, Phone: 9375224595
 
E-Mail Address
emmeline.spaulding@us.af.mil
(emmeline.spaulding@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft Requirements SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) FA8601-16-R-0022 The United States Air Force, AFLCMC/PZIO Operational Contracting Branch, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources including Small Business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned Small Business (SDVOSB) concerns. This Sources Sought Synopsis is published for market research purposes only, to identify potential sources capable of providing instrumentation, reagents, consumables and support to perform HIV-1/2 Geenius, HIV-1/2 Multispot testing, and Autoantibody testing for the 711 th Human Performance Wing (HPW) at Wright Patterson Air Force Base in accordance with the requirements of industry standards and applicable local, state, and Federal laws. This requirement is a follow-on effort to an existing requirement under contract FA8601-14-A-0024, which ends on 16 April 2016. A Draft Requirements Document is attached. TECHNICAL REQUIREMENTS The Draft Requirements Document has all of the information listed in regards to the technical requirements for this project. As a reminder, these are drafts and estimates which are subject to be changed. The North American Industry Classification System (NAICS) code for this requirement is 621511 - Blood analysis laboratories, with a size standard of 500 employees. The government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. The Air Force anticipates an acquisition for a Blanket Purchase Agreement (BPA) for a period of five (5) years. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice 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. 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 businesses, or any particular small business program. INSTRUCTIONS: 1. The information below provides a "Contractor Capability Survey" to allow 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. Questions relative to this market survey should be addressed via email to Ms. Emmeline Spaulding, AFLCMC/PZIOA, at emmeline.spaulding@us.af.mil. 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 System (NAICS) code 621511, size standard of 500 employees, please circle Yes or No as to whether your company is: •§ Small Business Self-Certified or Third Party Certified (Yes / No) •§ Small Disadvantaged Business Self-Certified or Third Party Certified (Yes / No) •§ 8(a) Certified, Graduation date __________ (Yes / No) •§ HUBZone Certified, Graduation date__________ (Yes / No) •§ Veteran-Owned Small Business Self-Certified or Third Party Certified (Yes / No) •§ Service-Disabled Veteran-Owned Small Business Self-Certified or Third Party Certified (Yes / No) •§ Women-Owned (WO) Self-Certified or Third Party Certified (Yes / No) •§ Economically Disadvantaged Women-Owned Small Business Self-Certified or Third Party Certified (Yes / No) •§ Please indicate if your company is domestic 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. At this time the following non-commercial clauses are being considered for inclusion in the solicitation package: FAR 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government FAR 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Ownership or Control of Offeror FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.209-5, Certification Regarding Responsibility Matters FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.215-20 Alt IV, Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.233-2, Service of 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 Clauses 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 Country that is a State Sponsor of Terrorism 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 Use of Class I Ozone Depleting Substances (ODS) STMNT NBR 12 Antiterrorism (AT) Awareness Training Attention: Small business respondents who are interested in submitting a proposal as the prime contractor for this effort: The acquisition strategy for this requirement has not been decided; 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 providing at least 50% of the entire scope of the Virology NAAT Testing, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14, Limitations on Subcontracting. 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 : If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on what areas of this requirement are likely candidates for small business subcontracting. Part II. Capability Survey Questions: 1. Name of country where the test kits and reagents are manufactured. 2. 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. 3. 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. 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. 6. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement. CAPABILITIES PACKAGE: 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. As stipulated in Federal Acquisition Regulation 15.201, responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Any information submitted by respondents to this sources sought synopsis is voluntary and will not be returned. The Government will not reimburse any costs incurred or associated with the submission of information in response to this notice. The decision to solicit for a contract shall be solely within the Government's discretion. Responses are limited to 5 pages and may be submitted electronically to the following email address: emmeline.spaulding@us.af.mil in a Microsoft Word compatible format or mailed to AFLCMC/PZIOA POC: Ms. Emmeline Spaulding, 1940 Allbrook Drive, Room 109, Wright-Patterson AFB, OH 45433-5344 to be received no later than 3:00 pm, EDST, Friday, February 19 th 2015. Direct all questions concerning this acquisition to Ms. Emmeline Spaulding at emmeline.spaulding@us.af.mil or 937-522-4565. The Government's assessment of the capability statements received will factor into whether any forthcoming solicitation will be solicited as full and open or set-aside for small business, or any particular small business program (e.g. SDVOSB, EDWOSB, HUBZone, 8(a), etc.). Be advised that all correspondence sent via e-mail shall contain a subject line that reads " Manual Immunodiognostics Testing FA8601-16-R-0022 ". 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. Attachment: 1. DRAFT Performance Work Statement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-16-R-0022a/listing.html)
 
Place of Performance
Address: WPAFB, Dayton, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04018699-W 20160213/160211235155-784802d2a4a6b12559bc094bc6e8c75c (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.