Skip to main content

An official website of the United States government

You have 2 new alerts

Chemistry and Immunoassay Testing

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Original)
  • Original Published Date: Dec 02, 2022 02:43 pm CST
  • Original Response Date: Dec 15, 2022 03:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6550 - IN VITRO DIAGNOSTIC SUBSTANCES, REAGENTS, TEST KITS AND SETS
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    JBSA Ft Sam Houston , TX 78234
    USA

Description

SOURCES SOUGHT

INTRODUCTION

The Medical Readiness Contracting Office – West (MRCO-West), Fort Sam Houston, Texas, is issuing this Sources Sought notice to find potential sources to provide Chemistry/Immunoassay testing under a Cost per Reportable Result (CPRR) agreement which includes equipment, reagents, tools, materials, training, and water purification system, Uninterruptable Power Supply (UPS) and services necessary to meet the Chemistry and Immunochemistry testing and analysis requirements for Brooke Army Medical Center and its outlying clinics.  The Period of Performance (POP) will consist of one (1) twelve (12) month base period and four (4) twelve (12) month option years.

The Government will use responses to this notice in formulating its acquisition strategy.  Based on the responses to this sources sought notice, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition.  All small business set-aside categories will be considered.  Telephone inquiries will not be accepted, and no feedback or evaluations will be provided to companies regardless of submissions.

THIS IS A SOURCES SOUGHT FOR INFORMATIONAL PURPOSES ONLY.  THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED.  IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.  RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT.  NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT.  ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS NOTICE IS STRICTLY VOLUNTARY.

PROGRAM BACKGROUND

The requirement is currently supported under contract W81K0018D0010.

REQUIRED CAPABILITIES

The Government requires interested offerors be able to meet the requirements stated in the attached draft Statement of Work. 

ELIGIBILITY

The applicable North American Industry Classification System (NAICS) Code is 334516, Analytical Laboratory Instrument Manufacturing.  The Product Service Code (PSC) is 6550.  The Small Business Size Standard is 1,000. 

SUBMISSION DETAILS

The Government will not review general capability statements, please ensure submissions are tailored to this requirement and information requested in the attached draft Statement of Work.  The Government requests Capabilities Statements be submitted electronically in PDF or MS Word format.  Offeror's responses shall not exceed ten (10) pages single-sided - standard 8 ½ X 11 pages using not less than 10-pitch font -- and shall describe the offerors technical expertise in sufficient detail to make an informed determination of the offerors ability to successfully provide the products/systems listed in the draft Statement of Work.

Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Karina Haddix, at email: karina.s.haddix.civ@health.mil and Contracting Officer, Robin Castro, at email: robin.m.castro.civ@health.mil in either Microsoft Word and/or Microsoft Excel format by 15 December 2022, 3:00 pm Central Standard Time, and reference W81K00-23-R-CHEM in the subject line of email and all enclosed documents.  Information and materials submitted in response to this request WILL NOT be returned.  DO NOT SUBMIT CLASSIFIED MATERIAL.

All questions MUST be in writing and should also be directed to Contracting Officer and Contract Specialist at emails indicated above.  In all correspondence, please reference W81K00-23-R-CHEM in the subject line.  Verbal questions will not be accepted. 

Interested Offerors are asked to answer the following questions and submit the following information with their capability statement:

Name of the firm, point of contact, phone number, email address, Unique Entity ID, 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.

The NAICS code contemplated for this requirement is 334516 with a size standard of 1,000.  In your opinion, does this NAICS code fit this requirement?  If not, which NAICS code would you suggest and why?

Primary Point of Contact: 

Karina Haddix

Contract Specialist

Email:  karina.s.haddix.civ@health.mil

Contact Information

Contracting Office Address

  • MEDICAL READINESS CONTR OFFICE WEST 3160 MCINDOE BLDG1103
  • JBSA FT SAM HOUSTON , TX 78234-4504
  • USA

Primary Point of Contact

Secondary Point of Contact

History