CERTIFIED REFERENCE STANDARDS
MARKET SURVEY REQUEST:
THIS IS A REQUEST FOR INFORMATION ONLY for market research and planning purposes only, as defined in FAR 15.201(e). This is not a solicitation or request for competitive proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 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 Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted, and the Government will not reimburse respondents for preparation of the response. Response to this Notice is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement.
BACKGROUND:
The Armed Forces Medical Examiner Systems (AFMES) provides the DoD and other Federal Agencies comprehensive Forensic Investigative Services, to include Forensic Pathology, DNA Forensics, Forensic Toxicology, and Medical Mortality Surveillance. AFMES is not only the single worldwide Medical Examiner System, but it also supports the entire U.S. Federal Government.
REQUIREMENT:
Ampules containing neat solutions or solid material are used in the preparation of calibrators, standards, and/or control materials. Additionally, material within the ampule is often used as reference material when obtaining full scan mass spectral data in medico-legal investigations.
The List of Pharmaceuticals, includes (but is not limited to), the following:
1 - d‐Methamphetamine
2 - d,l‐Amphetamine
3 - Ziprasidone
4 - Hydroxyzine‐D8.2HCl
5 - Olanzapine
6 - Norquetiapine.HCl
7 - Alprazolam
8 - d,l‐Methamphetamine
9 - l‐Methamphetamine
10 - d‐Amphetamine
11 - l‐Amphetamine
12 - Atenolol
13 - Baclofen
14 - Dihydrocodeine HCl
15 - Hydrocodone
16 - Codeine
17 - Cannabigerol
18 - Cyclobenzaprine
19 - N‐Desmethylcitalopram
20 - Dextromethorphan
21 - Diltiazem
22 - Pseudoephedrine
23 - (±)‐Ephedrine HCl
24 - Fentanyl
25 - 7‐Aminoflunitrazepam
26 - Fluoxetine HCl
27 - Gabapentin
28 - GHB
29 - Hydroxyzine.2HCl
30 - Ketamine
31 - Hydromorphone
32 - 6‐Acetylmorphine
33 - d,l‐MDA HCl
34 - d,l‐MDA
35 - d,l‐MDMA
36 - alpha‐Hydroxymidazolam
37 - Metoprolol
38 - Phentermine
39 - Propranolol
40 - Pregabalin
41 - Promethazine
42 - Paroxetine
43 - Quetiapine.hemifumarate
44 - Sertraline
45 - Norsertraline
46 - (‐)‐trans‐Δ9‐THC
47 - Tetrahydrocannabivarin
48 - Cannabidiol
49 - (‐)‐11‐nor‐Δ9‐THC carboxylic acid
50 - d,l‐11‐Hydroxy‐Δ9‐THC
SUBMITTALS:
Summaries of the services as listed above shall be no more than Five (5) pages in length (1 side of 1 sheet of paper counts as a “Page”), and shall describe service capabilities in each of these areas.
Interested Parties shall provide their business size status based upon NAICS code 325412, Pharmaceutical Preparation Manufacturing, with a Small Business Size Standard of 1,250 Employees, and their CAGE code as registered at beta.sam.gov. Interested Parties may include item brochure information with the summary package by the Government's requested date of submittal of 08 August 2022. Interested parties shall submit information in response to this RFI to: jennifer.s.bassett.civ@mail.mil.
Responses shall be submitted and received via Email no later than Two O’clock Post Meridian Eastern Standard Time (2:00PM EST) Monday, 08 August 2022. Documents shall be electronic in Microsoft Word, Excel, Power Point, and/or Adobe Portable Document Format (PDF) and provided as attachments to the Email. No telephonic responses to this RFI will be considered.
Questions concerning this Request For Information (RFI) may be addressed by contacting: jennifer.s.bassett.civ@mail.mil. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to this RFI are not offers for a contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Vendors having the services that they believe would be suitable for operations as described herein shall submit all supporting documentation requested by this RFI to the Point of Contact (POC) noted above.
Please provide information on your organization in the following areas:
1. Company Name, Address and Single Point of Contact with Name, Title, Telephone Number and E-mail Address.
2. DUNS Number and Cage Code
3. Confirmation of Current Active Registration in System for Award Management (SAM)
4. Primary NAICS Code(s) and Business Size (i.e., small/large)
5. GSA Schedule, If Available
6. Commercial Price List, if GSA schedule is Not Available
7. Product Specific Brochures Literature
PROVISIONS AND CLAUSES:
52.215-3 Request for Information or Solicitation for Planning Purposes.
Request for Information or Solicitation for Planning Purposes (Oct 1997)
(a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation.
(b) Although "Proposal" and "Offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal.
(c) This solicitation is issued for the purpose of: CERTIFIED REFERENCE STANDARDS
(End of provision)