This is a Request for Information (RFI) and Sources Sought. The U.S. Army Center for Environmental Health Research (USACEHR) is seeking potential sources capable of providing firm-fixed-price supply of a Nucleic Acid TapeStation for RNA and DNA analysis, to include PC, TapeStation software, vortexer, and installation service. System shall be able to deliver results in approximately one minute per sample; system shall require no more than 2 microliters of sample per run; analyses shall be performed in separate lanes so that there is no sample carry over; the system shall be able to assay RNA, DNA and Protein sample QC, including sample loading, separation and imaging; system shall have a Tape-based platform for simpler, faster and reliable electrophoresis.
The Capability package shall include, at a minimum:1) Identification of the organization name, telephone number, and point of contact (also with title, phone, fax, and email); 2) Organization Size/ownership of business, i.e. large, small, small disadvantaged, 8(a), Disabled-Veteran, Veteran, Women-owned Business, and Hub-zone; 3) Cage Code, DUNS# and Tax ID# (TIN#); 4) Company profile: number of employees, annual sales history, locations and if CCR registered.; 5) Identification of any GSA Schedules held by the organization; 6) Experience and familiarity with providing Nucleic Acid TapeStation equipment; 7) Whether the organization is an authorized reseller/distributor of manufacturer of medical equipment; and 8) Contract references in the past five (5) years relevant to the acquisition to include: contract number, agency supported, whether or not you were the prime or subcontractor, period of performance, original contract value, final or current contract value, technical monitor and phone/fax number, POC with current phone/fax number, and a brief description of the effort.
This RFI does not constitute an Invitation for Bid or a Request for Proposals, nor should it be considered as a commitment on the part of the Government. The information received WILL NOT obligate the Government in any manner nor will the Government reimburse companies for any costs associated with submittal of this RFI.
By submitting information in response to this RFI, respondents consent to the release and dissemination of submitted information to any Government or non-Government entity for information review. As such, to the extent that any information submitted in response to this RFI is marked as, or construed to be proprietary or business-sensitive, respondents are hereby notified (a) about the potential that such information may be disclosed to third parties and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information. NO phone calls and/or request for a Solicitation will be accepted or acknowledged. Company Brochures are NOT desired.
The North American Industries Classification System (NAICS) code for this acquisition is 333999.
Technical questions regarding this RFI should be directed to Jeffrey Flook at
[email protected].
The Government requests responses to this RFI submitted NO LATER THAN 28 July 2015 at 10 AM EST. All Interested parties must submit in writing (no more than 15 pages, single spaced) their capabilities information including experience and familiarity with providing Beckman Coulter medical equipment. Marketing material is not a sufficient response to the RFI. The responses should be in Adobe Acrobat Portable Document Format (PDF) or compatible with Microsoft Office 2007. Please submit your responses via email to: Jeffrey Flook,
[email protected].
Bid Protests Not Available