SOURCES SOUGHT
65 -- Normal Human Whole Blood and Normal Human Nasal Wash
- Notice Date
- 8/2/2012
- Notice Type
- Sources Sought
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FM891121990016(ss)
- Archive Date
- 8/25/2012
- Point of Contact
- Matthew J. Strange, Phone: 9372570997
- E-Mail Address
-
matthew.strange@wpafb.af.mil
(matthew.strange@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 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 100 units (each consisting of 4.5 ml aliquots) of normal human whole blood supplied in the anticoagulant, and 45 units (each consisting of 5 ml aliquots) of normal human nasal wash. 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 Whole Blood and Nasal Wash are: • Normal human body fluids obtained in FDA licensed and inspected facilities • All samples must be acquired under approved IRB protocols that can be provided upon request • Both individual donor or pooled material available from vendor • Testing of samples can be provided with reserve on backup • Each sample must be accompanied by a certificate of analysis in accordance with FDA regulations, and should include at least: product name, gender, volume, strain, filtration, expiration date, and any pertinent remarks • Age and race of donors to be supplied upon request • All normal human material is tested and found negative using FDA required tests for Hbs Ag, HIV-1, 2 Ab, HIV-1 RNA, HCV Ab, and syphilis. Additional tests may be requested • Donors will have completed written health screening prior to each collection • Norman human whole blood will be supplied in the anticoagulant, sodium citrate, in 4.5 ml aliquots, and will be delivered fresh and cold • Normal human nasal wash with a remaining minimum expiration date of 1 year will be supplied in 5 ml aliquots and delivered frozen on dry ice • 100 units (each consisting of 4.5 ml aliquots) of normal human whole blood supplied in the anticoagulant, and 45 units (each consisting of 5 ml aliquots) of normal human nasal wash with the following delivery schedule: o 15 units of normal human whole blood and 45 units of normal human nasal wash upon contract award o 15 units of normal human whole blood 2 months after award o 20 units of normal human whole blood 4 months after award o 20 units of normal human whole blood 6 months after award o 15 units of normal human whole blood 8 months after award o 15 units of normal human whole blood 10 months after award 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: matthew.strange@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Matthew Strange, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 2:00 p.m. Eastern Standard Time, 10 August, 2012. Direct all questions concerning this acquisition to Matthew Strange at matthew.strange@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FM891121990016(ss)/listing.html)
- Place of Performance
- Address: 2510 Fifth St., WPAFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02825634-W 20120804/120803001353-5a5828f6f1a0ef1e0933f2760aa4ad51 (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 |