SOLICITATION NOTICE
65 -- Infectious Disease Testing - Draft BPA
- Notice Date
- 12/5/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-14-R-0023
- Archive Date
- 1/2/2014
- Point of Contact
- Christopher T. Roundfield, Phone: 9375222277
- E-Mail Address
-
christopher.roundfield@wpafb.af.mil
(christopher.roundfield@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- BPA Example COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which will result in award of a Blanket Purchase Agreement (BPA) for commercial items, i.e. an infectious disease testing platform, as described under the paragraph below titled "Requirement." The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Government reserves the right to award without discussions or make no award at all depending upon the quality and price reasonableness of offers received. An award, if any, will be made to the responsible offeror whose proposal conforms to the requirements of the synopsitation and represents the best value to the Government, price and other factors considered. Synopsitation FA8601-14-R-0023, is a Request for Proposal (RFP) and incorporates FAR provisions and clauses. The NAICS code for this acquisition is 325413 and the associated small business size standard is: 500 employee size standard. Synopsitation Closing Date: Proposals must be received not later than 8:00am, local time, on 18 DEC 2013. Send proposals to: AFLCMC/PZIOAA Attn: Christopher Roundfield 1940 Allbrook Drive WPAFB OH 45433-5344 Electronic submissions will be accepted at christopher.roundfield@us.af.mil If proposals are submitted via e-mails must contain the subject line "Synopsitation FA8601-14-R-0023." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. Address questions regarding this synopsitation to Christopher Roundfield telephonically at (937) 522-2277 or via e-mail at christopher.roundfield@us.af.mil. A detailed description of the requirement, specific instructions for submission of proposals, and how proposals will be evaluated are pvovided below. The draft BPA, including applicable provisions and clauses is an integral part of this synopsitation and is attached. Upon award, any provisions that were in the draft BPA (including representations and certifications) will be removed from the award document. Requirements: One fully automated, walk away, fully integrated, random access platform capable of high throughput to include instrumentation, reagents, consumables and support to perform, on a single platform: 1. Antibodies (IgM) to Cytomegalovirus (CMV) 2. Antibodies (IgG) to Cytomegalovirus 3. Antibodies (IgM) to Borrelia burgdoferi 4. Antibodies (IgG) to Borrelia burgdoferi 5. Antibodies (IgG) to Measles 6. Antibodies (IgG) to Mumps 7. Antibodies (IgG) to Rubella 8. Antibodies (IgG) to Varicella-Zoster 9. Antibodies (IgG) to Treponema pallidum (Syphilis screen) 10. Antibodies (IgG) to Herpes Simplex virus (HSV) type-1 11. Antibodies (IgG) to Herpes Simplex virus (HSV) type-2 12. Antibodies (IgM) to Epstein-Barr virus (EBV) 13. Antibodies (IgG) to EBV Viral Capsid Antigen (VCA) 14. Antibodies (IgG) to EBV nuclear antigen (EBNA) 15. Hepatitis B envelope antigen 16. Hepatitis B envelope antibodies 1. 1 Instrumentation minimum requirement for tests other than Hepatitis B envelope antigen/antibody: 1. Must be capable for high throughput of at least 240 tests per hour. The contractor will provide enough instrumentation, reagents and consumables to complete an average daily test load within a 16 hour window. (The daily workload can be estimated from the anticipated annual workload and factoring in TUE - FRI testing, except on federal holidays). Annual Workload Estimate. The quantities below are estimates only based on historical data and are not purchased by the BPA. They are provided for your information and may assist you in development of your price proposal. By no means should these quantities be construed as a firm requirement. Also see the paragraph titled "Extent of Obligation" in the body of the attached BPA under "Description of Agreement." • CMV IgM 2,310 • CMV IgG 2,310 • Borrelia burgdoferi IgM 5,624 • Borrelia burgdoferi IgG 5,624 • Measles IgG 21,109 • Mumps IgG 16,531 • Rubella IgG 34,312 • Varicella-Zoster (VZV) IgG 29,711 • Treponema Screen (Syphilis IgG) 13,330 • Herpes Simplex (HSV) 1 IgG 14,011 • Herpes Simplex (HSV) 2 IgG 14,011 • Epstein-Barr virus (EBV) IgM 6,916 • Viral Capsid Antigen (VCA) IgG 6,916 • EBNA IgG 3,458 • Hepatitis B envelope antigen 3,565 • Hepatitis B envelope antibodies 3,565 2. Must have a bidirectional computer interface that is compatible with Composite Health Care System (CHCS). 3. Must sample directly from primary patient tube. 4. Must have the capability of reloading sample, reagent and supplies without interruption from sample processing. 5. Must detect if primary patient sample has inadequate volume for required testing. 6. Must automatically dilute patient sample if initial testing is outside the reportable range. 7. Must have automatic clot detection. 8. Must have continuous specimen loading capability. 9. Must have automatic test reflex capability that is programmable by the user. 1.2 Instrumentation minimum requirement for Hepatitis B envelope antigen/antibody: 1. Must provide automated EIA strip/bead washer and reader capability. 2. Strip washer must accommodate 6-, 12-, 24-, 48-, and 96- well plate with precise delivery and flow rates. 3. Strip must have programmable shake, fluid delivery and aspirations. 4. Plate reader must accommodate a multiple plate format and accommodate either 6-, 12-, 24, 48-, and 96- well plate. 5. Plate reader must have on board diagnostic system test for optic pathways. 1.3 Instrument Install and Training Support: 1. Must provide instrument transportation, delivery, and installation, to include calibration and test and system validation support. 2. Must provide training to include: onsite training and vendor specific to cover training that is not covered at onsite training. Off site training will be a minimum of two per instrument provided and will be available over the length of this contract. The contractor will provide, all expense to include but not limited to travel, lodging, meals and any additional expense that are training specific. 1.4 Instrument Repair and Maintenance: At a minimum, the contractor will provide the following maintenance and repair services: 1. Must provide onsite maintenance (monthly, quarterly, annually, etc.) in accordance with manufactures guidelines. 2. Must provide all required tools, parts and labor as necessary to keep the instrument operational. 3. Must provide over the phone, instrument technical support during the normal duty hours of 7:30 A.M. to 10:00 P.M., Eastern Time. 4. The contractor shall monitor equipment to ensure instrument downtime will not exceed 48 hours for a single occurrence. 5. In the event of an instrument failure, the contractor will provide onsite technical support with a response time of <24 hours. The contractor is responsible for all tools, parts, travel/lodging and labor that are necessary to bring the instrumentation back online in <48 hours from service call. 1.5 Minimum Reagent Requirements: At a minimum, the contractor will provide the following Reagent Requirements: 1. All reagent kits must be FDA approved and will exhibit at least 95% sensitivity and 95% specificity. 2. Upon request, sufficient reagents shall be provided by the vendor for in-house evaluation of each analyte. 3. Following evaluation, each test kits shall exhibit at least 95% agreement with test kits currently in use in the Immunodiagnostics Laboratory. 4. The vendor will be the sole manufacturer and distributor of the test kits. 5. The vendor shall comply with all FDA regulations, the College of American Pathologist (CAP) checklist dated 31 Oct 2006. ADDITIONAL INSTRUCTIONS TO OFFERORS Tailoring of 52.212-1-Instructions to Offerors-Commercial Items: (a) Deleted (b) Deleted (c) Offer Acceptance and Validity Dates: This paragraph of the provision regarding the period during which the offeror agrees to hold the prices in its offer firm is amended to read 90 days. (e) Multiple Offers is hereby deleted from this solicitation and that paragraph is marked RESERVED Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide all of the equipment, reagents, and other supplies described above under Requirment." The offeror shall describe the equipment it proposes to provide that meets all of the specified requirements to include manufacturer, model and technical specifications. The offeror shall describe the reagent kits that meet the minimum reagent requirements. The offeror shall describe how it proposes to provide the services specified including equipment installation within 30 days after award, training support, and repair and maintenance within the specified timeframes. Price List: The offeror shall provide a price list that includes each of the 16 reagents/tests listed above under "Requirement." The price list must specify an effective date, which shall be the date that proposals are due and have an expiration date no earlier than one year from the date that proposals are due. The price list must list the reagents/tests, the unit of issue, and the unit price. The unit price should reflect the cost of the reagents/tests and the non-separately priced equipment, supplies and services described under "Requirement." Prices should be proposed as Fob destination per the definition in FAR 2.101-Definitions, which can be accessed at http://farsite.hill.af.mil/vffara.htm. Representations and Certifications: Offerors shall submit the following representations and certifications, which are incorporated into the draft BPA with its price proposal. FAR 52.212-3-Offeror Representations and Certifications-Commercial Items (Aug 2013) with its Alternate I (Apr 2011) 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Taxliability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations (Deviation 2014-O0004) (October 2013) If the offeror has not completed the representations and certifications listed above online in the System for Award Management (http://www.sam.gov), the offeror shall complete these representations and certifications (as prescribed therein) and submit them with the offeror's price proposal. EVALUATION FACTORS The Government will use Simplified Acquisition Procedures permitted by FAR 13.5-Test Program for Certain Commercial Items to evaluate proposals submitted in response to the solicitation. Award will be made to the responsible offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to award no contract at all depending upon the quality of proposalss received and whether proposed prices are fair and reasonable. The factors that shall be used to evaluate proposals are Technical and Price, as expounded below. The evaluation does not permit tradeoffs between price and non-price factors. FACTOR 1 - Technical: Pursuant to evaluation of all requirements, the Technical factor will receive and overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in the table below: Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirement of the solicitation. In determining whether a technical proposal is Acceptable or Unacceptable, the Government will consider the extent to which the technical proposal demonstrates the offeror's ability to: Deliver and install equipment that meets specifications within 30 days after receipt of award; Provide the reagents/tests that meet the minimum specified requirements; Provide training support, as described; Provide preventative maintenance services at the specified intervals; and Provide repair services within the time frames specified FACTOR 2 Price: Price proposals will be evaluated to determine which price list offers the lowest price to the Government if the reagents/tests listed therein are purchased at the rates listed in the synopsitation paragraph titled "Annual Workload Estimate" and to determine if prices are otherwise fair and reasonable. The proposed price of each reagent will be multiplied by the annual estimated quantity and each resulting total will be added together to arrive at the total evaluated price. Attachment: Draft BPA
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-R-0023/listing.html)
- Place of Performance
- Address: Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN03246172-W 20131207/131205234655-6b1fed268f382dba21b651fe69943b1d (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 |