The RFP Database
New business relationships start here

Film Array Lease


Florida, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

SOURCES SOUGHT/REQUEST FOR INFORMATION

The Department of Defense, United States Air Force (USAF), Air Force Test Center (AFTC), Installation Contracting Division (PZIOAC), Eglin AFB, FL, is currently conducting market research seeking capabilities statement from potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small business that are capable of providing a Film Array Lease. The requirement will consist of:


Description of Supplies to be delivered on CLIN 0001 - 0009 (Base plus 4 Option Years):


CLIN 0001 - 0009:
Kit, Respiratory Panel, IVD, 30 Tests
- Two (2) Film Array Analyzers
- One (1) Computer Kit for test kit interpretation
- One (1) Printer for results
- One (1) Duo Rack - test kit carrier
One (1) year manufacturer warranty for both analyzers covering all maintenance, parts and repairs
Four (4) year extended warranty covering all maintenance, parts and repairs
One (1) RP verification package for respiratory testing validation
One (1) BCID verification package for blood testing validation
One (1) GI verification package for stool testing validation
One (1) ME verification package for spinal fluid testing validation
Five (5) RP test kits/30 tests each for respiratory testing
Six (6) BCID test kits/30 tests each for blood testing
Eighteen (18) GI test kits/30 tests each for stool testing
Four (4) ME test kits/30 tests each for spinal fluid testing
On sight training of key users (no attendance limitation)
Instrument installation and set up


All interested vendors shall submit a response demonstrating their capability to provide these items to the Primary Point of Contact listed below. Proposals are not being requested or accepted at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation (Request for Proposal) exists at this time; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.


The NAICS Code assigned to this acquisition is 532299, All Other Consumer Goods Rental, with a size standard of 7.5 million. Respondents should indicate their size in relation to this size standard and indicate socio-economic status (i.e. SB, 8(a), HUBZone, EDWOSB, WOSB, or SDVOSB). 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. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent action. All prospective contractors must be registered in the System for Award Management (SAM) database to be awarded a DoD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in FAR Clause 52.219-14.


Any information submitted by respondents to this sources sought 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 be individually notified of the results of any government assessments. The Government's assessment 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 business, or any particular small business program.
CAPABILITIES STATEMENT: All interested vendors shall submit a capabilities statement that explicitly demonstrates their capability to provide/perform the requirement stated in this notice. The capabilities statement should be brief and concise, yet clearly demonstrate an ability to meet the stated requirement. The response must not exceed 5 pages.


Small businesses with only partial capabilities of this requirement are encouraged to submit their capabilities statement demonstrating the portion of the requirement they are capable of providing/performing. This information will allow the Government to identify areas of possible breakout or possible subcontracting opportunities.


Responses may be submitted electronically to the following e-mail address: rosa.johnson.1@us.af.mil. All correspondence sent via email shall contain a subject line that reads "FA2823-17-Q-6035, Film Array Lease." If this subject line is not included, the e-mail may not get through e-mail filters at Eglin AFB. Filters are designed to delete emails without a subject or with a suspicious subject or attachment. Attachments with files ending in .zip or .exe are not allowable and will be deleted. Ensure only .pdf, .doc, .docx, .xsls, or .xls documents are attached to your email. All other attachments may be deleted.


All responsible sources may submit information that shall be considered by the agency. If late information is received, it may be considered, depending on agency time constraints. All routine communications regarding the announcement should be directed to the contractual point of contact listed in this posting. The Government may or may not use any responses to this sources sought as a basis for a subsequent project/requirement. Any project/requirement developed from the sources sought responses may be the subject of a subsequent acquisition; any such subsequent acquisition will be posted in FedBizOpps.gov separately. Responses to this sources sought will not be returned. The Government is under no obligation to acknowledge receipt of the information received, or provide feedback to the respondents with respect to any of the information submitted under this sources sought. In order to protect the integrity of any possible future acquisition, no additional information will be provided and no appointments for presentations will be made in reference to this sources sought.


Only government employees will review submitted responses to this sources sought. Respondents are advised that employees of commercial firms under contract with the Government may be used to administratively process submissions and perform other administrative duties requiring access to other contractor's proprietary information. These administrative support contractors include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.


RESPONSES ARE DUE NO LATER THAN 12:00 P.M. (CST) ON 23 January 2017. Direct all questions concerning this requirement to SrA Rosa Johnson at rosa.johnson.1@us.af.mil.


 


Rosa Johnson, Phone 8820338, Email rosa.johnson.1@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP