SOURCES SOUGHT
66 -- Real-Time Polymerase Chain Reaction System (qPCR) - Sources Sought Synopsis
- Notice Date
- 10/1/2018
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8601-19-Q-0004SS
- Archive Date
- 10/23/2018
- Point of Contact
- Eric Filion, Phone: 9375224520
- E-Mail Address
-
eric.filion@us.af.mil
(eric.filion@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work Sources Sought SOURCES SOUGHT SYNOPSIS (NOT A NOTICE OF SOLICITATION) FA8601-19-Q-0004SS. The United States Air Force, AFLCMC/ Operational Contacting Division, Wright-Patterson AFB, Ohio is seeking capabilities packages of potential sources, including Small Business (SB), 8(a), HUBZone, Women Owned (WOSB), Economically Disadvantaged Women-Owned (EDWOSB), Veteran-Owned (VOSB), and Service-Disabled Veteran-Owned small businesses that are capable of providing a Real-Time Polymerase Chain Reaction System (Real-Time PCR or qPCR) as defined in the attached Statement of Work. The Air Force Institute of Technology (AFIT) is seeking a Firm-Fixed Priced contract. Firms that respond shall specify that their devices meet the specifications provided below and in attachments and provide detailed information to show clear technical compliance. Please note that the Air Force is anticipating a Brand Name or Equal acquisition in accordance with FAR 52.211-6. Detailed Specifications are listed in the attachment identified below: 1.Draft Statement of Work The requirements in the draft statement of work will be used as technical discriminators. All interested firms shall submit a response demonstrating their capability to provide the requested supply to the Primary Point of Contact listed below. Please keep responses under two pages. 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. No solicitation (Request for Quotation) exists; therefore, do NOT request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. The NAICS Code assigned to this acquisition is 334516 (Analytical Laboratory Instrument Manufacturing) with a size standard of 1,000 employees. Firms responding should indicate their size in relation to this size standard, and also indicate socio-economic status (SB, 8(a), VOSB, SDVOSB, WOSB, EDWOSB, and/or HUBZone). Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees, or foreign supplies on this effort. Capability responses will be assessed and the data will be used to assist the Government in determining the acquisition strategy, including Small Business Set Aside (SBSA), sole source, or full and open, for any potential subsequent action. In accordance with Federal Acquisition Regulation (FAR) 10.001, market research results will be used to determine whether FAR Part 19 criteria are met for a SBSA or further socio-economic set aside. Note that a key factor in determining an acquisition to be a SBSA is that small business prime contractors meet the requirements set forth in compliance with FAR 52.219-14, Limitation of Subcontract. Responses from small businesses, therefore, need to include rationale as to how compliance with FAR 52.219-14 will be achieved. Also, the rules governing affiliation and ostensible subcontracting apply when determining size, as does the non-manufacturer rule. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. 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. CAPABILITIES PACKAGE: All interested firms shall submit a capabilities package that explicitly demonstrates their capabilities to provide the required supply. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements as stated in Attachment 1 hereto. Responses may be submitted electronically to the following email address: eric.filion@us.af.mil. All correspondence sent via email shall contain a subject line that reads " FA860119Q0004SS-Real-Time PCR ". If this subject line is not included, the email may not get through email filters at Wright-Patterson AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachments. 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 your email. All other attachments may be deleted. Responses may also be mailed to: AFLCMC/PZIBB, ATTN: POC- Mr. Eric Filion 1940 Allbrook Dr., Rm 109 Wright-Patterson AFB, OH 45433-5309 RESPONSES ARE DUE NOT LATER THAN 8 October 2018 BY 4:00 Eastern Time. Direct all questions concerning this acquisition to Eric Filion at eric.filion@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-19-Q-0004SS/listing.html)
- Place of Performance
- Address: Wright-Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN05111826-W 20181003/181001230708-5321a712b364d8b5919c6397176ffe2b (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 |