Requirements:
The contractor will provide to the Immunodiagnostics Section via BPA, reagents/kits necessary to perform the test and volume of the testing (usage):
Test Kits Annual Usage Reagent Kits
*Rickettsia IgM Antibody Profile IFA 2800 35
Q Fever (Coxiella burnetii) IgM IFA 4000 50
Q Fever (Coxiella burnetii) IgG IFA 8000 100
Total: 14,800 185
* Rickettsia includes: Rickettsia rickettsii IgM IFA and Rickettsia typhi IgM IFA
- All reagent kits must be FDA approved and will exhibit at least 95% sensitivity and 95% specificity.
- Upon request, sufficient reagents shall be provided by the Vendor for in-house evaluation of each analyte.
- Following evaluation, each test kit should exhibit at least 95% agreement with test kits currently in use in the Immunodiagnostics Laboratory
- The vendor shall comply with all FDA regulations, the College of American Pathologist (CAP) checklist dated 4 Jan 2012.
All interested firms 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.
Firms 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 firm 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 firms 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: [email protected] in a Microsoft word or .PDF compatible format to be received no later than 9:00 AM Eastern Standard Time, 30 April 2012. Direct all questions concerning this acquisition to Keith Brandner at [email protected].