Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2017 FBO #5572
SOURCES SOUGHT

66 -- Bacterial ID and Antibiotic Susceptibility Testing for Use in Vitek Microbial Identification System

Notice Date
2/22/2017
 
Notice Type
Sources Sought
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of the Army, U.S. Army Medical Command, REGIONAL HEALTH CONTRACT OFF CENTRAL, ATTN: MCAA GP L31 9V, 2539 GARDEN AVENUE, JBSA FT SAM HOUSTON, Texas, 78234-0000, United States
 
ZIP Code
78234-0000
 
Solicitation Number
W81K00-17-T-0044
 
Archive Date
3/11/2017
 
Point of Contact
Marci Gebhardt, Phone: 2542867875
 
E-Mail Address
marci.l.gebhardt.civ@mail.mil
(marci.l.gebhardt.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 Regional Health Contracting Office - Central, Ft. Hood, TX, has an upcoming requirement to solicit for and award a contract for compatible bacterial identification testing and antibiotic susceptibility testing for use in equipment already in place, located at William Beaumont Army Medical Center (WBAMC), Ft. Bliss, TX. It is anticipated that the proposed supplies will result in a Firm Fixed-Priced contract. The contractor shall provide all the supplies necessary for use in the Vitek® Microbial Identification System. Interested vendors must be able to provide specified supplies for current Government equipment in place at the facility. Any interested vendor must provide documentation stating they can provide the listed supplies as an authorized distributor if not the OEM (must be submitted in writing on official document from the OEM). The type of solicitation issued will be based upon the responses to this synopsis. 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 325413 – “In-Vitro diagnostic Substance Manufacturing”. The Small Business Size Standard is 1,250 employees. For reference purposes, supplies listed below must be compatible for use with Vitek® Microbial Identification System (this list is not all inclusive, and is subject to changes or additions): - Gram-negative identification cards, 21341 - Gram-positive identification cards, 21342 - Yeast identification cards, 21343 - Neisseria, Haemophilus, and other fastidious gram-negative bacteria identification cards, 21346 - Gram-positive AST identification cards, 21347 - Gram-negative AST identification cards, 413399 - Yeast AST identification cards, 4144971 - Test tubes, 69285 Responses to this Sources Sought Notice should demonstrate the firm’s ability, capability, and responsibility to deliver the supplies 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 meet equipment requirements. If not the OEM of supplies listed, must include documentation stating they are authorized to resell supplies listed in this sources sought. • 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-17-T-0044/listing.html)
 
Place of Performance
Address: William Beaumont Army Medical Center, Ft. Bliss, Texas, 79920, United States
Zip Code: 79920
 
Record
SN04411483-W 20170224/170222235726-900f9a011a2790df8f0e1b638a7cdc6d (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.