The regulatory agency for the USAFSAM/PHE Epidemiology Laboratory is the College of American Pathologist (CAP). Because the USAFSAM Applied Technology Center (FHT) involves a clinical laboratory, CAP requires the center to use ASRs that are FDA approved. RUO reagents, because they are for research use, will not be FDA-approved.
Contractors responding should specify that their products meet the specifications provided below, and need to provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to, should be included to determine commerciality.
The required ASR list includes:
1. Primer ASR M2R Biotin 50 NMOL
2. Primer, M2F 50 NMOL
3. Primer, N1 274 F770 50 NMOL
4. Primer ASR N1 274 R882 Biotin 50 NMOL
5. Primer ASR N1 274 F807 SEQ
6. NASW NA1210R 50 NMOL
7. NASW NA365F 50 NMOL
8. NASW NA661R 50 NMOL
9. NASW NA762F 50 NMOL
10. NASW NA865R 50 NMOL
11. NASW NA1080F 50 NMOL
12. NASW NA1346R 50 NMOL
13. NASW NA1464R 50NMOL
14. Primer ASR H1HA 26 F M13 50 NMOL
15. Primer ASR H1HA 522 R M13 50 NMOL
16. Primer ASR H1HA 239 F M13 50 NMOL
17. Primer ASR H1HA 760 R M13 50 NMOL
18. Primer ASR H1HA F3 487
19. Primer ASR H1HA 1063 R M13 50 NMOL
20. Primer ASR H1HA F4 682
21. Primer ASR H1HA 1238 R M13 50 NMOL
22. Primer ASR H1HA F5 955 50 NMOL
23. Primer ASR H1HA 1510 R M13 50 NMOL
24. Primer ASR H1HA 1238 F M13 50 NMOL
25. Primer ASR HA1 1773 R M13R
The required RUO reagent list includes:
26. Sequence-verified clone, 950 BP - delivery of 2 ug of plasmid
27. Dual Labeled Probe, 5' DYE*/3' BHQ-1 or TAMRA;
* - available dyes must include FAM, CalFluor Orange 560, TAMRA
28. Primer, Cartridge purified (up to 54 bases each)
29. Primer, Cartridge purified (up to 35 bases each)
30. DNA Custom Oligonucleotide, 32-mer with 5' Biotin, RPC purified
31. Oligos, having an average of 59 bases, Internal Inosine, RP HPLC Purified
32. Unlabeled primers, having an average of 54 bases, RP HPLC Purified
All interested contractors shall submit a response demonstrating their capabilities to produce the requested reagents to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.
Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman-owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 325199. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort.
Any information submitted by respondents to this sources sought synopsis 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 individually be notified of the results of any government assessments. The Government's evaluation 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 businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).
CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: [email protected] in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Steven R. Selm 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 09:00 a.m. Eastern Standard Time, 06 Feb, 2012. Direct all questions concerning this acquisition to Steven Selm at [email protected].