SOURCES SOUGHT
65 -- Manufacture of Lateral Flow Immunoassay (LFI) Strips
- Notice Date
- 12/15/2022 8:11:03 AM
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21010-5424 USA
- ZIP Code
- 21010-5424
- Solicitation Number
- PANAPG-23-P-0000-003356
- Response Due
- 1/9/2023 1:00:00 PM
- Point of Contact
- Ursela C. Jackson, Susan E. Ruzicka
- E-Mail Address
-
ursela.c.jackson.civ@army.mil, susan.e.ruzicka2.civ@army.mil
(ursela.c.jackson.civ@army.mil, susan.e.ruzicka2.civ@army.mil)
- Description
- This is a Request for Information (RFI) for planning purposes only.� It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited.� No solicitation document exists or is guaranteed to be issued as a result of this RFI. THERE IS NO SOLICITATION AT THIS TIME. The Defense Biological Product Assurance Office (DBPAO) mission is to employ best practices in providing the Department of Defense and its partners with a comprehensive collection of biological products that are thoroughly characterized, of the highest quality, adaptable, and traceable from source application.� The Joint Program Executive Office for Chemical and Biological Defense (JPEO-CBD) to support the need for an integrated biological defense capability and to standardize and maintain the quality and availability of reagents and assays that are crucial to the successful operation of DoD biological warfare defense detection systems and medical diagnostic products. The Government is seeking information from qualified companies with capabilities to support the manufacture of Lateral Flow Immunoassay (LFI) strips for the detection of approximately 14 - 20 antigens (analyte specific) and positive/negative controls strips in accordance with Government specifications.� The manufactured LFI strips will be utilized for assembly into end items for the Biological Defense Joint Biological Point Detection System (JBPDS) and the Joint Portal Shield (JPS) System, as well as individual Handheld Assays (HHAs) used for domestic preparedness, Homeland Defense, counterterrorist operations and by Other Government Agencies (OGAs).� The LFI technology allows for the detection of various biological threat agents by antibodies that are specific to the protein or organism of interest. This antibody-based detection technology allows for a liquid sample to be analyzed on a nitro cellulose membrane in approximately 15 minutes. Due to their portable size and rapid results; LFIs are often used for presumptive biological agent detection in support of field operations. Respondents with interest, experience, and capability to develop and manufacture the above�mentioned detection capabilities are encouraged to respond. Specific functional capabilities include, but are not limited to, the following:� a) Program management to include experience in developing management and risk plans; b) Technical expertise in detection capabilities, specifically LFIs; c) A manufacturing facility that is temperature, humidity and environmentally controlled; d) Quality control and assurance that meet ISO 9001:2008 certifications and standards or equivalent. This is not a request for competitive proposals, but parties interested in responding must furnish�in writing, a 1�4-page (not including cover page, index, or list of references) synopsis of their�capability to accomplish the described work effort. Companies responding to this notice must�provide complete contact information (telephone, address and email address).� Respondents must identify�their company's business size (based on the NAICS size standard), business status (i.e., large�business, small business, disadvantaged, HUB zone, woman-owned, service-disabled, veteran-owned).��Please also include information regarding any prior experience with U.S. Government contracts�similar to the above mentioned detection capabilities. The Government will retain comments and information received in response to the RFI.� Proprietary information should be identified as Company Proprietary.� Do not use Government Security classification markings.� All written responses must be received by January 9, 2023.� The Government Contracting Officer is Ms. Susan Ruzicka and the Contracting Specialist is Ms Ursela Jackson. Responses should be sent by e-mail to: ursela.c.jackson.civ@army.mil or by regular mail to: Army Contracting Command - Aberdeen Proving Ground/Edgewood Division, Attn: Ms. Ursela C. Jackson, 110 Thomas Johnson Drive, Suite 240, Frederick, Maryland 21702. Material that is advertisement only in nature is not desired.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c1ea3d72903b4ae9aedd32ed3d4dddaa/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06545334-F 20221217/221215230106 (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 |