This is a sources sought to determine the availability and capability of businesses, both small and large, to provide Transfusion-Transmissible Infections (TTI) Monitoring services. The associated North American Industry Classification System (NAICS) Code is‐ 541990 All Other Professional, Scientific and Technical Services; Small Business Size Standard is $15.0 million.
Requirements: The brief conceptual work statements are attached. Final requirements will be provided with the formal solicitation. While there are currently two work statements, one for the Donation Database Coordinating Center (DDCC) and one for the Laboratory and Risk Factor Database Coordinating Center (LRCC), the final requirements may either remain separate or be combined into a single solicitation allowing for either a single award for both requirements or two separate (awards) based on the feedback received from this notice and/or other information gathered during market research efforts and acquisition approach planning.
Estimated Period of Performance:
Base Period: September 1, 2015 through August 31, 2016
Option Period 1: September 1, 2016 through August 31, 2017
Option Period 2: September 1, 2017 through August 31, 2018
Option Period 3: September 1, 2018 through August 31, 2019
Option Period 4: September 1, 2019 through August 31, 2020
Instructions to Prospective Respondents:
Interested offerors are strongly encouraged to review both work statements attached and provide any constructive feedback, ideas for improvement, additional information required, areas of concern, critical information envisioned to be provided with offers along with subsequent evaluation approach, recommendation and rationale for single/multiple award and contract type, etc. Although the Government will not respond directly to input provided, it is welcomed and will be taken into consideration when finalizing the solicitation documentation. At a minimum, responses shall include the following:
• Business name and bio, DUNS number, business address, business website, business size status (i.e., LB, SB, VOSB, SDVOSB, HUBZone SB, 8(a), SDB, WOSB, EDWOSB, LB), point of contact name, mailing address (if different from business address), phone number and email address;
• Three (3) years of past performance information for the service of same or substantially similar projects to include date of services, description, dollar value, contract type (e.g., fixed-price, cost reimbursement, time-and-materials, labor hours, etc.), details on client (company name, address, Point Of Contact (POC) name, POC phone number, and POC email address) and any relevant lessons learned applicable to this work;
• Descriptive literature, brochures, specifications, marketing material, etc. detailing the nature of the services the responding firm is regularly engaged in providing;
• If applicable, identification of the firm's GSA Schedule contract(s) by Schedule number and SINs that are applicable to this requirement;
• If a large business, identify the subcontracting opportunities that would exist for small business concerns. Additionally, provide details on any partnerships or joint venture expectations;
• Although this is not a request for quote, informational pricing can be provided;
The Government is not responsible for locating or securing any information, not identified in the response.
Interested Parties must respond with capability statements which are due in person, by postal mail or email to the point of contact listed below on or before
April 9, 2015 by 1:00 PM (Central Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OA/OAGS, Attn: Crystal G. McCoskey, 3900 NCTR Road, Bldg 50/Room 426, HFT‐320, Jefferson, AR 72079‐9502 or email [email protected]. Reference #FDA1146074 in all correspondence with the point of contact listed above.
Notice of Intent
Responses to this sources sought announcement will assist the Government in determining the acquisition approach.
Disclaimer and Important Notes
This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. 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. After a review of the responses received, a solicitation may be published via FedBizOpps. However, responses to this notice will not be considered adequate responses to a solicitation.
Confidentiality
No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s).