SOURCES SOUGHT
99 -- ENTOMOLOGICAL AND TAXONOMY SUPPLIES AND EQUIPMENT
- Notice Date
- 1/19/2018
- Notice Type
- Sources Sought
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8601-18-T-0191
- Archive Date
- 2/9/2018
- Point of Contact
- Kyle Hartlage, Phone: 9376564527, Thomas Anderson, Phone: (937) 522-4573
- E-Mail Address
-
kyle.hartlage@us.af.mil, thomas.anderson.36@us.af.mil
(kyle.hartlage@us.af.mil, thomas.anderson.36@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ENTOMOLOGICAL AND TAXONOMY SUPPLIES AND EQUIPMENT The Government is conducting market research and identifying, as potential sources, companies that may possess the expertise, capabilities, and experience to meet the requirements as specified in the Program Description below. CAUTION: This sources sought is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation (FAR), the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet United States Air Force Medical Entomology Lab's requirement, located within the 711 Human Performance Wing (HPW) at Wright Patterson Air Force Base (WPAFB). It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Furthermore, WPAFB, 711 HPW is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this sources sought will be solely at the responding party's expense. Not responding to this sources sought does not preclude participation in any future RFP, if any is issued. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOpps website for additional information pertaining to this source sought. INSTRUCTIONS: 1. Below is a document containing a description of the requirement and a Contractor Capability Survey, which allows you to provide your company's capabilities. 2. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). 3. Both large and small businesses are encouraged to participate in this market research. Joint ventures or teaming arrangements are encouraged. 4. Questions relative to this market survey should be addressed via email to Kyle Hartlage (AFLCMC/PZIBC), kyle.hartlage@us.af.mil and Lt. Thomas Anderson (AFLCMC/PK/PZIB), thomas.anderson.36@us.af.mil no later than 12:00 pm EST on 25 January 2018. Verbal questions will NOT be accepted. PROGRAM DESCRIPTION The 711 HPW located at WPAFB requires various specimen collection tools and archival materials to modernize and expand the current USAF entomological and taxonomy reference archive. REQUIREMENTS A comprehensive biological reference collection is essential in the identification of insects of medical significance; the formal education of coming generations of scientists and medical providers and; research as relates to the human performance systems. The requested supplies are critical to the support of military operations as well as to the health and well-being of military personnel and surrounding communities. Specimen collection tools and archival materials are utilized in a broad spectrum of academic and research settings in support of formal education, medical diagnostic capabilities and in research as relates to the human performance systems. Entomological traps and accessories must be constructed of durable material suited for exposure to austere conditions experienced in field environments; batteries accommodate 24hr use of traps and must be waterproof/outdoor use. Taxonomy supplies such as pins, label paper, and Lepidoptera triangles must be compatible with chemicals used in the Medical Entomology Laboratory. The requested inventory stocking must consist of the following items: Insect Pins, Stainless, #3, 1DO/Pack 2 Insect Pins, Stainless, #4, 1OD/Pack 2 Insect Pins, Stainless, #5, 1DO/Pack 2 Insect Pins, Stainless, #6, 1DO/Pack 2 Insect Pins, Stainless, #7, 1OD/Pack 2 M'1nuten Pins, 15 mm, Stainless, 500/Pack 2 Minuten Pins,.20 mm, Stainless, 500/Pack 2 Resistall Label Paper, Pa.ck of 25 Sheets 1 Mosquito Breeder 16 Oz. Jar 12 Biogents GAT Sticky Card, pack of 20 5 No-See-Um Catch Bag With 16 oz Collecting Cup 25 Insulated Dry Ice Bucket for EVS Trap 20 15 Watt Black Light Tube for Collecting Lights 4 Blue Mesh Sleeve, 18" for Collecting Lights 12 Mercury Vapor Lamp 250W Replacement Bulb 3 6 volt Battery Charger, 110/220 Volt 15 Solar Panel, 6 Volt Charger,.72 watt output 6 Malaise Trap, White With Head, Poles & Pegs 2 Wet/Dry Collecting Head for 2875 Traps 5 Replacement Battery Cable with Spade Tip Clips for BG-2 4 Battery Cable With Alligator Clips, BG-2 12 Replacement Intake Funnel w/Shutter Set for BG-2 10 Hess Type Benthic Sampl., 250 Micron Mesh 4 Aquatic Drift Net 250 Micron Mesh, 12" Square 4 Extendable Net Handle 3 - 12 Foot Reach 4 Aquatic Net, 12" Dia. Bag, D Shape 10 Biogents GAT Trap 2 Mosquito Resting Trap 2 Night Collecting Light, AC/DC, 15 Watt Black Light 4 Night Collecting Sheet 4 Hanging Dry Ice Dispenser, 1/2 Gallon 4 Carrying Case for Black Lights 4 Mercury Vapor Light, 250 W, Complete 3 Battery, 6 Volt, Sealed, Gel Cell 42 DC Battery Pack, with charger, 12 V/14 AHr 10 Lightweight Malaise Trap, Townes Style 8 Land and Air Intercept Trap 2 Larry's Lighthouse, Collector for Night Flying Insects 4 Malaise Trap Bottom Collector 2 Spreading Board, Adjustable Groove 1 Cornell Unit Tray, 8-9/16 X 7-1/4", Plastazote 10 Cornell Unit Tray, 4-3/8 X 7-5/16", Plastazote 10 Cornell Unit Tray 10 Cornell Unit Tray, 4-3/8 X 3-5/8", Plastazote 20 Cornell Unit Tray, 4-3/8 X 1-13/16", Plastazote Foam 20 Cornell Unit Tray, 4-3/8 X 1-1/8", Plastazote 20 Cornell Unit Tray, 2-3/16 X 1-13/16", Plastazote 20 Malaise Trap Carrying Case 2 Odonata Envelopes, 3-1/8 X 6" 2 Heat Sealer for Odonata Envelopes 1 Dipper Handle For Catch Basin Dip Net, Extendable, 35"-69" 4 Lepidoptera Triangles, 70 mm, 1OD/Pack 1 Lepidoptera Triangles, 120 mm, 1DO/Pack 1 Lepidoptera Pinning Strips, 10 mm x 40 m 1 Lepidoptera Pinning Strips, 20 mm x 40 m 1 Lepidoptera Pinning Strips, 40 mm X 40 m 1 Point Punch, X-Large, Round Base, Import 1 Camel Hair Brush, Size 2 1 Camel Hair Brush, Size 4 1 Camel Hair Brush, Size 6 1 Pigma Set of 6 Pens, Black ink 1 Pigma Color Pens, Set of 6,.28 mm, #01 1 Curator's Block 1 Foam Double Mount Strips Bag of 100 inches 1 Point Punch, Round Base - USA 2 Insect Pins, Stainless, #0, 100/Pack 2 Insect Pins, Stainless, #00, 100/Pack 2 Insect Pins, #000 Stainless,100/Pack 2 Insect Pins, Stainless, #1, 1OD/Pack 2 Insect Pins, Stainless, #2, 100/Pack 2 CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: • Company/Institute Name: • Address: • Point of Contact: • CAGE Code: • Phone Number: • E-mail Address: • Web Page URL: • Size of business pursuant to North American Industry Classification System (NAICS) Code: 541715- Research and Development in the Physical, Engineering, and Life Sciences, 6640-Laboratory Equipment and Supplies. Based on the above NAICS Code, state whether your company is: Small Business, (Self-Certified or Third Party Certified) (Yes / No) Small Disadvantaged Business, (Self -Certified or Third Party Certified) (Yes / No) o Woman Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No) o Economically Disadvantaged Woman Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No) o 8(a) Certified, (Self -Certified or Third Party Certified) (Yes / No) o HUBZone Certified, (Self -Certified or Third Party Certified) (Yes / No) o Veteran Owned Small Business, (Self -Certified or Third Party Certified) (Yes / No) o Service Disabled Veteran Small Business, (Self -Certified or Third Party Certified) (Yes / No) *All interested contractors must be registered in SAM in order to be eligible for award of Government contracts. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. • A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). • Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data. • Please provide a statement to acceptability of the following proposed non-commercial provisions and clauses, as they are determined to be consistent with customary commercial practice. FAR 52.204-7, System for Award Management FAR 52.204-13, System for Award Management Maintenance FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-18, Commercial and Government Entity Code Maintenance FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7003, Control of Government Personnel Work Product DFARS 252.204-7004, Alt A, System for Award Management DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7048, Export-Controlled Items DFARS 252.243-7001, Pricing on Contract Modifications AFFARS 5352.201-9101, Ombudsman AFFARS 5352.223-9000, Elimination of Use of Class I Ozone Depleting Substances (ODS) ATTENTION small business respondents who are interested in submitting a proposal as the prime contractor for this effort: No set aside decision has been made; however, the Air Force is contemplating setting this acquisition aside for small businesses if there is sufficient demonstrated interest and capability. Note that a key factor in determining an acquisition to be a small business set aside is that two or more small business prime contractors must be capable of performing at least 50% of the entire scope of the effort, as defined in FAR clause 52.219-14, Limitations on Subcontracting. The clause reads, in part, as follows: "Limitations on Subcontracting (Jan 2017)... (c) By submission of an offer and execution of a contract, the Offeror/Contractor agrees that in performance of the contract in the case of a contract for - (2) Supplies (other than procurement from a nonmanufacturer of such supplies). The concern shall perform work for at least 50 percent of the cost of manufacturing the supplies, not including the cost of materials.... ". Provide specific details and rationale as to how compliance with FAR clause 52.219-14 would be achieved, including specific details regarding teaming arrangements, etc. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. ATTENTION all potential respondents: The acquisition strategy for this program has not been finalized. If this acquisition is not set aside for small business, it is anticipated that the contract may contain a small business utilization requirement. Please provide feedback on the requirement and what areas are likely candidates for SB subcontracting. Part II. Capability Survey Questions 1. Is your firm registered in the System for Award Management (SAM), formally known as Central Contractor Registration (CCR)? In accordance with federal regulations, all contractors doing business with the federal government must be registered in the SAM database. 2. Describe briefly the capabilities of the nature of the services you provide. 3. Describe your company's past experience on previous with similar services. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). 4. Are there specific requirements in the documentation that we provide that would currently preclude your product/service from being a viable solution to our requirement? 5. Are there established market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. If your company is interested, e-mail your responses to Kyle Hartlage (AFLCMC/PZIBC), kyle.hartlage@us.af.mil and Lt. Thomas Anderson (AFLCMC/PK/PZIB), thomas.anderson.36@us.af.mil. E-mail responses should be received no later than 12:00 pm EST on 25 January 2018. Direct and succinct responses are preferred. Marketing materials are considered an insufficient response. If unable to email please mail an original signed copy of your response, on or before the same date, to: AFLCMC/PZIBC, Bldg. 1, Room 109 Attn: Lt. Thomas Anderson and Kyle Hartlage 1940 Allbrook Dr Wright-Patterson AFB OH 45433-5344 (937) 522-4573 All responses must be UNCLASSIFIED; no classified material will be accepted or considered with this Sources Sought Synopsis. The response to Part I. Business Information should be single spaced, 12pt font. The response to Part II. Capabilities should be limited to no more than 10 pages (8.5x11 inches), single spaced, 12pt font. In addition, identify a representative to support further Government inquiries and requests for clarification of the information provided, if needed. Respondents should indicate which portions of their response are proprietary and should mark them accordingly. The Air Force will handle proprietary items in accordance with FAR 2.101 and 3.104. Responses to questions from interested parties will be promptly answered and posted on this FedBizOps website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company's response. Information feedback sessions may be offered to respondents after the sources sought assessments are completed. An Industry Day (date to be determined) with one-on-one information sessions with respondents may be offered to clarify the Government's understanding of their submittal, the capability ramifications, or to discuss their business approach.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-18-T-0191/listing.html)
- Place of Performance
- Address: AFLCMC/PZIBC, Bldg. 1, Room 109, Attn: Lt. Thomas Anderson and Kyle Hartlage, 1940 Allbrook Dr, Wright-Patterson AFB OH 45433-5344, (937) 522-4573, Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN04794308-W 20180121/180119230756-c4a806e2e90f5b1a939ad950d262557b (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 |