The RFP Database
New business relationships start here

Hematology Analyzer


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

SOURCES SOUGHT ANNOUNCEMENT FOR
Hematology Analyzer & Consumables.

THIS IS A SOURCES SOUGHT NOTICE FOR INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR QUOTATION OR AN ANNOUNCEMENT OF A SOLICITATION.
This is sources sought request for information is for the purpose of conducting market research to provide data for planning purposes. This sources sought synopsis announcement does not constitute a formal solicitation and is not a request for proposal, request for quote, invitation for bid, does not obligate the government to award a contract, issue a solicitation, reimburse respondents for any proposal preparation and/or submittal costs, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. Any information submitted by respondents to this sources sought is voluntary. The Government will not pay for any materials provided in response to this notice and submittals will not be returned to the sender.


The Air Force Test Center, Operational Contracting Division, Eglin AFB, Florida, is seeking potential sources capable of providing a Hematology Analyzer & Consumables or similar items to Eglin AFB FL. The items required are as follows:


Beckman-Coulter DxH 1601 with dual workstations or equal


MUST BE Defense Information Assurance Certification and Accreditation Process (DIACAP) approved for use on the Air Force network and include a middle-ware system sufficient to interface into a Master Application Terminal. This Master Application Terminal must have the ability to tie into three (3) pre-existing laboratory analyzers (Hematology, Coagulation, and Urinalysis) and function as a focal point of all communication with existing software.


The information identified above is intended to be descriptive, not restrictive and to indicate the quality of the supplies/services that will be satisfactory. It is the responsibility of the interested source to demonstrate to the government that the interested parties can provide the supplies/services that fulfill the required specifications Feedback, questions, and comments regarding the above technical capabilities are welcomed.


Interested firms are invited to submit a Statement of Capability (SOC), not to exceed 10 pages, showing the company's ability to fulfill the requirement described above. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. This is not a solicitation nor will a solicitation package be issued as a result of this announcement, and no award shall be made as a result of this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number or Request for Quotation (RFQ) and the announcement may be published on GSA eBuy or FedBizOpps (FBO).


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 to this notice will assist the government in identifying potential sources and determining if a set aside of the solicitation is appropriate. Firms responding to this announcement should include company name, cage code, point of contact, address, phone number, small business size, and indicate whether they are small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, or women-owned small business. For the purposes of being considered a small business, the following applies: NAICS 334516 (Analytical Laboratory Instrument Manufacturing) and Size Standard 1000 Employees. The Government reserves the right to set-aside any subsequent acquisition based upon known sources and/or responses to this request for information. Responses are requested no later than 3:00pm (CST) on 1 Aug 2019. Direct responses and/or questions to TSgt Ky Larkins by email at ky.larkins@us.af.mil. Direct expression of interest as well as required documentation should be addressed in writing to the Contract Specialist. All prospective offerors are responsible for monitoring this site for the release of all other information pertaining to the synopsis and solicitation.


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 GSA eBuy or FBO 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. No requests for a bid package or solicitation will be accepted; a bid package or solicitation does not exist at this time. 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 contractors 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.


Contracting Office Address:      Place of Performance:
AFTC/PZIOA      96 MDG/SGSLA
308 West D Ave, Ste 130     307 Boatner Road Ste 1
Eglin AFB, Florida 32542       Eglin AFB, Florida 32542
United States      United States


Primary Point of Contact:     Secondary Point of Contact:
TSgt Ky Larkins     MSgt David A. Jackson
Contract Specialist     Contracting Officer
Ky.larkins@us.af.mil ;    david.jackson.23@us.af.mil
Phone: 850-882-0360     Phone: 850-882-0358
Fax: 850-882-1680     Fax: 850-882-1680


Ky A. Larkins, Contract Specialist, Phone 8508820360, Email ky.larkins@us.af.mil - David A. Jackson, Contract Specialist, Phone 8508820274, Email david.jackson.23@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP