SOLICITATION NOTICE
93 -- Assembly/Manufacture, Storage, and Distribution of Defense Biological Product Assurance Office (DBPAO) Products
- Notice Date
- 6/14/2024 5:56:13 AM
- Notice Type
- Presolicitation
- NAICS
- 339999
— All Other Miscellaneous Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-24-ASND2
- Archive Date
- 07/02/2024
- Point of Contact
- Emily McGill, Jemel Hogan, Contracting Officer
- E-Mail Address
-
emily.c.mcgill.civ@army.mil, jemel.m.hogan.civ@mail.mil
(emily.c.mcgill.civ@army.mil, jemel.m.hogan.civ@mail.mil)
- Description
- The Defense Biological Product Assurance Office (DBPAO), is designated as the principal resource of high quality, validated, and standardized biological detection assays and reagents that meet the requirements of the warfighter and the Joint Biological Defense Systems, and support the biological defense community by facilitating the transition of new technologies and coordinating their advanced development, efficient production, and timely distribution. In accordance with these assignments, the DBPAO is responsible for the development, production, conformance testing, inventory management, and security of DBPAO products. DBPAO products include antibodies, polymerase chain reaction (PCR) assays, electrochemiluminescence (ECL) assays and positive controls, lateral flow immunoassays (LFI) that include handheld assays (HHA) and biological sampling kits (BSK), that are crucial to the mission of all current and future biological warfare agent detection systems. The Government plans to award a single Indefinite Delivery Indefinite Quantity (IDIQ) contract with a 5-year ordering period for the assembly/manufacture, storage, and distribution services in support of the areas specified above. The place of performance will be at the contractor's location. An official solicitation is expected to be released around the middle of July 2024. The U.S. Government anticipates awarding a single contract as a result of this solicitation. No documents will be available before the solicitation is issued. The anticipated solicitation will be a negotiated, best-value procurement using the Contracting by Negotiation process prescribed in Federal Acquisition Regulation (FAR) Part 15. The source selection process for this acquisition will be the best value/trade-off method. The submission requirements and evaluation criteria will be defined in the solicitation. More information about source selection will be provided in Section L and Section M of the solicitation. Vendors should note that this PRE-SOLICITATION SYNOPSIS NOTICE is for information and planning purposes only and does not constitute a formal Request for Proposal (RFP). It serves as an early notification to potential bidders, enabling them to begin preparing their capability statements or proposals. After the release of an official solicitation, the Government will consider these submissions. This PRESOLICITATION SYNOPSIS NOTICE should not be regarded as a commitment by the Government. It is not a solicitation and does not obligate the Government to issue one, nor will the Government be liable for any costs involved in submitting information in response to this
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fe969df5d9944e999a6d87311cf770c0/view)
- Place of Performance
- Address: Aberdeen Proving Ground, MD, USA
- Country: USA
- Country: USA
- Record
- SN07098517-F 20240616/240614230126 (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 |