SOURCES SOUGHT
66 -- Request for Information (RFI) for 15mL commercial Conical Tubes with screw tops to support COVID-19 response
- Notice Date
- 6/4/2020 10:40:45 AM
- Notice Type
- Sources Sought
- NAICS
- 326160
— Plastics Bottle Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
- ZIP Code
- 21010-5424
- Solicitation Number
- W911SR-20-RFI-CONICAL-TUBES
- Response Due
- 6/10/2020 1:30:00 PM
- Archive Date
- 06/25/2020
- Point of Contact
- Aaron Skinner, Phone: 4104369670, Tyler N. Gates, Phone: 4104366067
- E-Mail Address
-
aaron.d.skinner.civ@mail.mil, tyler.n.gates2.civ@mail.mil
(aaron.d.skinner.civ@mail.mil, tyler.n.gates2.civ@mail.mil)
- Description
- FOR INFORMATIONAL PURPOSES ONLY Description: Request for Information (RFI) for 15mL commercial Conical Tubes with screw tops to support COVID-19 response. PSC Code: 6640 � Test & Measurement Supplies NAICS Code: 326160�- Plastics Bottle Manufacturing. Objective: The Joint Program Executive Office for Chemical, Biological, Radiological, and Nuclear Defense (JPEO-CBRND) is posting this RFI for market research and planning purposes. ����� 2. Background: The Government anticipates a need for 15mL Conical Tubes as a substitute for standard collection tubes to support COVID-19 testing. ����� 3.�Submission: Respondents are requested to provide the following information and responses to the below questions in their response to this RFI: The respondent�s name, address, point of contact, email, telephone number, DUNS/CAGE information, and business size (small or large). Is your company able to produce or provide 15 mL conical tubes with screw tops which are made with USP class 6 raw material and no use of slip agents, plasticizers, and biocides during manufacturing ensure and sterile, pyrogen-, DNase-, RNase-, and DNA-free? Should the government consider any other size of tubes? Why or why not? What are your maximum available numbers per week for up to 52 weeks? What is your ability to ramp up manufacturing? How does that effect your available quantities? What is the location of your manufacturing facilities and the source of your raw materials? What are your estimated costs per tube? Please note we are not seeking proposals, we are seeking rough estimates at this time. Will transportation in a pressurized container, such as an aircraft, negatively affect the tubes when they are empty or full? What type of terms, conditions or specifications should the government consider to ensure that pressurization will not affect any sample? Should you so choose; brochures, published technical specifications, and 3rd party performance verification. Can you provide any recommendations or clarification needed that the Government should consider on the below DRAFT requirements? DRAFT REQUIREMENT: 1.4������ Collection Tubes - The Collection Tubes shall be comprised of the following components with their individual material specifications. 1.4.1��� Collection Tubes complying with the following material specifications: a.�� Plastic b.�� Sterile c.�� Pyrogen-free d.�� DNA/RNA-free e.�� RNase/DNase-free f.��� Non-cytotoxic g.�� Non-sensitizer 1.4.2��� Collection Tubes: (1) No less than 100 mm tall and no more than 150 mm tall; (2) sterilized and pyrogen-free. (3) diameter and total volume adequate to contain transport media and specimen swab with screw-top fully seated; and (4) screw-top provides liquid-proof seal, to maintain specimen integrity. 1.4.3��� Collection Tube Performance:� The Collection Tubes shall not allow for physical and chemical changes from chemical exposure to include: a.�� Absorption of solvents, resulting in softening or swelling of the plastic b.�� Stress-cracking of the plastic c.�� Permeation of solvent in the sample through the plastic d.�� Dissolution of polymer in the sample ����� 4.� Special Notices:� NONE � ����� 5.� Attached Documents:� NONE � ����� 6.� Disclaimer and Important Notes: THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFP's, which may be released via the BetaSAM portal. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organizations� capabilities. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted.� Although it is highly encouraged, not responding to this RFI does not preclude participation in any future proposal request. The information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Government and will not be returned. Proprietary, confidential, privileged commercial or financial information submitted in the RFI response should be marked accordingly to ensure appropriate handling and disposition by the Government. No classified information shall be submitted in the RFI response. Only Government personnel will have access to information marked as proprietary. DUE DATE: Questions and submissions shall be submitted in writing (electronically via e-mail) to the Point(s) of Contact listed below. Submissions are due no later than Wednesday, 10 June, 2020 by 4:30pm, Eastern Time (ET). Primary Point of Contact: Aaron D. Skinner Contracting Officer Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Edgewood Division Tele #: 410-436-9670 Email: aaron.d.skinner.civ@mail.mil Secondary Point of Contact: Tyler N. Gates Contract Specialist Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Edgewood Division Tele #: 410-436-6067 Email: tyler.n.gates2.civ@mail.mil
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/d8e28b2e87154772968218fa270804a8/view)
- Record
- SN05681224-F 20200606/200604230159 (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 |