Contact with Government Personnel, other than the Contract Specialist identified at the bottom of this notice, by any potential offeror, or their employees, regarding this requirement is strictly prohibited.
The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these services. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors.
The North American Classification System (NAICS) code for this requirement is 325413 - "In-Vitro Diagnostic Substance Manufacturing". The Small Business Size Standard is 1,250.
For reference purposes, salient characteristics are listed below:
- Identification cards and antibiotic susceptibility testing cards (listed below) must be compatible with existing Government equipment, Vitek 2XL.
- Must be able to provide the following:
1. for identification cards;
a. Gram-Negative bacteria.
b. Gram-Positive bacteria.
c. Yeast.
d. Neisseria, Haemophilus, and other fastidious Gram-Negative bacteria.
2. For antibiotic susceptibility testing (AST) cards;
a. Gram-Positive AST.
b. Gram-Negative AST.
c. Yeast AST.
In response to this notice, interested parties shall submit a written Statement of Capability limited up to 5 pages and shall include the following information:
•Offeror's name, address, point of contact, phone number, and e-mail address.
•Offeror's interest in providing a proposal/quote on the solicitation when it is issued.
•Offeror's capability to meet equipment requirements.
•Offeror's capability to provide the needed services with all the salient characteristics listed. Documentation of authorization to provide supplies if not the manufacturer of the equipment.
•Offeror's type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability.
Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No subcontracting opportunity is anticipated. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government.
Interested Offerors shall respond to this Sources Sought Notice no later than 16 September 2016 at 2:00 P.M. Mountain Standard Time. All interested businesses must be registered the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Email your response Hyun J. Townsley, Contract Specialist to email: [email protected]. Telephonic inquiries will not be honored. EMAIL IS THE PREFERRED METHOD.