SOURCES SOUGHT
65 -- Amnisure ROM Test Kits_Bayne-Jones Army Community Hospital
- Notice Date
- 6/15/2023 7:32:17 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- W40M USA HCA JBSA FT SAM HOUSTON TX 78234-0000 USA
- ZIP Code
- 78234-0000
- Solicitation Number
- PANCHA_5451
- Response Due
- 6/26/2023 12:00:00 PM
- Archive Date
- 06/26/2023
- Point of Contact
- Tammi R. Lambert, Phone: 5714285209, Albert Lee
- E-Mail Address
-
tammi.r.lambert.civ@health.mil, albert.a.lee.civ@health.mil
(tammi.r.lambert.civ@health.mil, albert.a.lee.civ@health.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Amnisure ROM Test Kits Bayne-Jones Army Community Hospital NAICS Code: 334516, Analytical Laboratory Instrument Manufacturing PSC Code: 6550, In Vitro Diagnostic Substances, Reagents, Test Kits and Sets This is NOT a solicitation for proposals, proposal abstracts or request for quotations. This is a sources sought/synopsis announcement issued by the Medical Readiness Contracting Organization - West (MRCO-W) seeking capabilities packages of potential sources, including small business (SB), 8(a), HUBZone, and Service-Disabled Veteran-Owned (SDVO) small businesses who can provide AmniSure ROM (Rupture of [fetal] Membranes) Test kits for Bayne Jones Army Community Hospital. The AmniSure ROM (Rupture Of [fetal] Membranes) Test is a rapid, non-instrumented, qualitative immunochromatographic test for the in vitro detection of amniotic fluid in vaginal discharge of pregnant women. The AmniSure ROM Test uses amniotic fluid test strips to detect the PAMG-1 protein marker of the amniotic fluid in vaginal discharge. The amniotic fluid test is used by health care professionals to aid in the detection of ROM in pregnant women reporting signs, symptoms, or complaints suggestive of ROM. The purpose of this notice is to identify the availability and capability of qualified sources either small or large business relative to their size classification under the North American Industry Classification System (NAICS) Code 334516, Analytical Laboratory Instrument Manufacturing. Size Standard: 1,000. Attached is a DRAFT Performance Work Statement (PWS) for planning purposes only. No solicitation documents exist at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these services or to issue a solicitation. Submittal Requirements: 1. Name of Company; Company Address; Point of Contact, with Name, Phone Number, Email Address, NAICS Code, UEI, CAGE Code, and Socio-Economic Size Status (Large/Small Business/HubZone/8(a)/Woman Owned Small Business/etc.). 2. All companies are required to notify the government if they are foreign-owned/foreign-controlled firm that will use of foreign national employees. 3. Contractor acknowledges in writing a clear understanding of the supply need for AmniSure ROM Test kits and accessories (positive and negative controls of PAMG-1 � MFR Part NR: ASQC-010 and AmniSure ROM Test � MFR Part NR: FMRT-1-25-US) which is a self-contained system that can serve as part of the overall clinical evaluation of PROM, which is crucial to ensure appropriate obstetric measures are taken in the event of a rupture. The AmniSure ROM Test kits (Rupture of [fetal] Membranes test) is intended for in vitro diagnostic use. 4. The government is contemplating a limited competition Firm Fixed Price Contract with a CLINS - Positive and Negative Controls #ASQC-010 based on manufacturer part number ASQC-010 and AmniSure ROM Test manufacturer part number FMRT-1-25. � �5. Responses to items 1 -4 (above) shall be limited to 5 pages and emailed with the subject line �� AmniSure ROM Test Kits - BAYNE JONES ARMY COMMUNITY HOSPITAL to Tammi R. Lambert, Contract Specialist tammi.r.lambert.civ@health.mil and Albert A. Lee, Contracting Officer albert.a.lee.civ@health.mil. This notice is NOT a request for quote or competitive proposals. Phone calls will not be accepted. Please submit non-proprietary information ONLY. The Government will not be responsible for proprietary, or competition sensitive information contained in responses received. Responses to this announcement will not be returned. Responders are solely responsible for all expenses associated with responding to this announcement.� Government will not be financially responsible for information received in response to this announcement. Responses are due Monday, 26 June 2023 by 2:00 PM CST. All responses must be submitted by email to Tammi R. Lambert, Contract Specialist (tammi.r.lambert.civ@health.mil) and Albert A Lee, Contracting Officer (albert.a.lee.civ@health.mil).��
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7f5e827ab71446d9acf4fcf9ca5c7cd7/view)
- Place of Performance
- Address: Fort Polk, LA 71459, USA
- Zip Code: 71459
- Country: USA
- Zip Code: 71459
- Record
- SN06718280-F 20230617/230616060717 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |