The Department of Defense, United States Air Force (USAF), Air Force Materiel Command (AFMC), Air Force Test Center (AFTC), is currently conducting market research seeking capabilities statement from all potential sources, including small businesses (SB), 8(a), HUBZone, Economically Disadvantaged Woman-Owned (EDWOSB), Woman-Owned (WOSB), Service Disabled Veteran Owned (SDVOSB) small businesses that are capable of providing the exact or equal requirement described below:
Atellica Analyzer Reagents exact or equal to what’s listed below:
All items below will be ordered as needed with a 5-7 day expected delivery time.
*The QC Reagents need to be packaged in Atellica vials to allow to be placed directly onto the analyzers, without requiring technician manipulation prior to use.*
12008256 MULTIQUAL 1 INTELIQ 12X3ML 24 each
12008258 MULTIQUAL 3 INTELIQ 12X3ML 24 each
12009995 URINE CHEMISTRY 1 INTELIQ 12X3ML 6 each
12009996 URINE CHEMISTRY 2 INTELIQ 12X3ML 6 each
12009948 IA PLUS 1 INTELIQ 12X4ML 24 each
12009949 IA PLUS 2 INTELIQ 12X4ML 24 each
12009950 IA PLUS 3 INTELIQ 12X4ML 24 each
12008299 ETHANOL/AMMONIA 1 INTELIQ 6X2ML 52 each
12008301 ETHANOL/AMMONIA 3 INTELIQ 6X2ML 52 each
12009959 CARD MKR PLUS LT 1B INTELLIQ 6X3M 24 each
12009960 CARD MKR PLUS LT 1C INTELIQ 6X3ML 24 each
12009956 CARD MKR PLUS LT 2 INTELIQ 6X3ML 24 each
12009957 CARD MKR PLUS LT 3 INTELIQ 6X3ML 24 each
12009941 IMMUNOLOGY 1 INTELIQ 6X3ML 14 each
12009943 IMMUNOLOGY 3 INTELIQ 6X3ML 14 each
12008309 DIABETES 1 INTELIQ 6X2ML 6 each
12008311 DIABETES 3 INTELIQ 6X2ML 6 each
751 SPINAL FLUID 1 LIQ 6X3ML 6 each
752 SPINAL FLUID 2 LIQ 6X3ML 6 each
423 U TOX S1E LOW OP LIQ 10X10ML 4 each
424 U TOX S2E LOW OP LIQ 10X10ML 4 each
460 U TOX NEGATIVE LIQ 10X20ML 4 each
27124 SPECIALTY IA LYPH 1 6x2ML 20 each
27126 SPECIALTY IA LYPH 3 6x2ML 20 each
870-1 UNITYWEB 1 YEAR 1 each
870-W1 WEBCONNECT 1 YEAR 1 each
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 339113, Surgical Appliance and Supplies Manufacturing, with a small business size standard of 800 employees. 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 4 pages.
Responses may be submitted electronically to the following e-mail address: christina.blair.3@us.af.mil
Correspondence sent via email shall contain a subject line that reads “HT11440012178531 REAGENTS.” 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.
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 SAM.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. 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 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. NOON (CST) ON 4 Nov 2024.
Direct all questions concerning this requirement to christina.blair.3@us.af.mil.