SOURCES SOUGHT
65 -- Chlamydia trachomatis and Neisseria gonorrhea (CT/NG) Testing - Draft Statement of Work
- Notice Date
- 11/18/2011
- Notice Type
- Sources Sought
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-12-R-0009(ss)
- Archive Date
- 1/3/2012
- Point of Contact
- Stephanie E. Roberts, Phone: 9375224527
- E-Mail Address
-
stephanie.roberts@wpafb.af.mil
(stephanie.roberts@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft SOW SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing instruments, supplies, and reagents using Nucleic Acid Amplification Technology (NAAT) for Chlamydia trachomatis and Neisseria gonorrhea detection in endocervical, make urethral speciments, and male/female urine specimens. Contractors responding should specify that their product meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality. The required specifications for the Equipment, Supplies, and Reagents: 1. Pre-Analytical: a. No Pre-processing of specimens b. Must have closed tube sampling 2. Performance: a. Must be able to test for Chlamydia trachomatis and Neisseria gonorrhea (CT/NG) in urine specimens b. Must have automated ability to remove interfering substances c. Must have the ability to test both swab and urine specimens d. Minimum of 45 day sample stability e. Must have no requirement to retest specimens adjacent to positive result (Carry-over contamination) f. Must have zero cross reactivity with sub-species g. Must have the ability of confirmatory testing on same platform targeting alternate sequence h. Must have positive sample ID tracking i. Must have reagent dispense verification j. Must have liquid level sensing for all reagents and samples k. Assays must be FDA approved/cleared l. Must have the ability to handle high workload, a minimum of 1000 reagents/ 8hour shift. 3. Automation: a. Must have automated reagent tracking b. Instrument must be Bi-Directional interfaced c. Must have the ability to add additional assays from same collection device d. Must have minimum of 12 month reagent shelf-life guarantee e. Must have run size flexibility without reagent waste f. Must have ability to store run results for a minimum of 1month/10,000 results g. Must have automated bar-coding of reagents h. Daily maintenance not to exceed 30 minutes i. Must have the ability to handle high workload throughput of a minimum of 1000 reagents/ 8hour shift. 4. Please see attached Statement of work for extended descriptions and details of requirements. All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. 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 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. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 325413. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. 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 individually be notified of the results of any government assessments. The Government's evaluation 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 designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: stephanie.roberts@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Stephanie Roberts, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 9:00 a.m. Eastern Standard Time, 19 Dec, 2011. Direct all questions concerning this acquisition to Stephanie Roberts at stephanie.roberts@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-R-0009(ss)/listing.html)
- Place of Performance
- Address: 2510 5th St., WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02626372-W 20111120/111118234814-9a66ff3f4cd682f0402df0ee0a29361b (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 |