Federal Bid

Last Updated on 05 May 2020 at 9 PM
Sources Sought
Houston Texas

Afirma Genomic Sequencing Classifier (GSC) Testing

Solicitation ID 0011462667
Posted Date 05 May 2020 at 9 PM
Archive Date 29 May 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office W40m Usa Hlth Contracting Act
Agency Department Of Defense
Location Houston Texas United states 78234

SOURCES SOUGHT

INTRODUCTION

The US Army Medical Command, Regional Health Contracting Office-Central, Fort Carson Health Contracting Cell, Fort Carson, CO is issuing this Sources sought synopsis as a means of conducting market research to identify potential sources having an interest in and the capability to support the requirement for Afirma Genomic Sequencing Classifier (GSC) Testing

THIS IS A Sources Sought Notice ONLY.  The U.S. Government currently intends to award a contract for Afirma GSC Testing on an SOLE SOURCE basis, but is seeking vendors that may be able to perform this requirement in order to support a competitive procurement.  Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought synopsis.  In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside. 

DISCLAIMER

This notice is issued solely for information and planning purposes – it does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.  This notice does not commit the U.S. Government to contract for any supply or service.  Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this sources sought notice.  The U.S. Government will not pay for any information or administrative costs incurred in response to this notice. Submittals will not be returned to the responder.  Not responding to this notice does not preclude participation in any future RFQ or IFB or RFP, if any is issued.  If a solicitation is released, it will be synopsized on the Government wide Point of Entry (GPE) at https://beta.sam.gov/.  It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.  The anticipated NAICS code(s) is: 621511, Medical Laboratories; the Small Business Size Standard is $35M; and the Product Service Code is Q301-Laboratory Testing Services.

REQUIRED CAPABILITIES

The proposed sole source Firm Fixed Price contract to Veracyte. The statutory authority for this sole source procurement is, 41 U.S.C 1901 as implemented in Federal Acquisition Regulation 13.106-1(b), Attached to this sources sought is the draft Statement of Work (SOW). 

SUBMITTAL REQUIREMENTS:

Interested parties are requested to submit a capabilities statement of no more than five pages in length in Times New Roman font of not less than 10 pitch. The deadline for response to this request is no later than 0800 MST, 14 May 2020. All responses under this Sources Sought Notice must be e-mailed to Kathryn Cortes at [email protected]. All questions shall be submitted to the email provided in this paragraph.  Phone calls shall not be accepted.

In response to this sources sought, please provide:

  1. Name of the firm, point of contact, phone number, email address, DUNS number, CAGE code, a statement regarding small business status (including small business type(s)/certifications(s) such as SDB, 8(a), HUBZone, SDVOSB, WOSB, etc.) and the corresponding NAICS code.
     
  2. Identify any condition or action that may be having the effect of unnecessarily restricting competition with respect to this acquisition and identify alternatives or solution(s).  Provide the specific aspects that unreasonably restrict competition and the rationale for such conclusion.
     
  3. What type of work has your company performed in the past in support of the same or similar requirement?
  4. Can (or has) your company managed a task of this nature? If so, please provide details.
  5. What specific technical skills does your company possess which ensure capability to perform the tasks without a break in service? The estimated period of performance is 1 Oct 2020 to 30 Sep 2021, with 2 option years. 
  6. Can (or has) your company managed a team of subcontractors before to install this equipment at a difficult compressed location with such compressed timelines? If so, provide details.
  7. Please note that under a Small-Business Set-Aside, and in accordance with FAR 52.219-14, the small business prime must perform at least 50% of the work themselves in terms of the cost of performance. Provide an explanation of your company’s ability to perform at least 50% of the tasking described in this PWS or the base period as well as the option periods.
  8. Identify whether your firm is interested in competing for this requirement as a prime contractor or not.  Identify subcontracting, joint ventures or teaming arrangement that will be pursued, if any.
  9. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office locations, DUNs number, etc.

All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.

Bid Protests Not Available

Similar Past Bids

Ridgeland Mississippi 13 Nov 2020 at 9 PM
Cambridge Massachusetts 22 Mar 2021 at 9 PM

Similar Opportunities