Inactive
Notice ID:20220307
This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS...
This is a Sources Sought Notice announcement; market survey for information only, to be used for preliminary planning purposes. No proposals are being requested or accepted with this synopsis. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS NOTICE. Any requests for a solicitation in response to this notice will not be honored. ATTACHMENT DOCUMENT NAMED "CORE LABORATORY AUTOMATION PROCESSING SYSTEM REQUIREMENTS FINAL 2.0 HIGHLIGHTS" HAS BEEN UPLOADED TO NOTICE 3/15/2021 (UPDATE TO REQUIREMENT) ATTACHMENT "TEST LISTING IMMUNOCHEMISTY" UPLOADED TO NOTICE 3/16/2021 (ADDITIONAL TEST LIST) PLEASE SEE ALL ATTACHMENTS FOR UPDATES OR CHANGES. IT IS YOUR RESPONSIBILITY TO CHECK THIS NOTICE FOR UPDATES OR CHANGES TO THE NOTICE BEFORE THE RESPONSE DATE. The Regional Health Contracting Office- Central, Fort Hood, TX, has an upcoming requirement for Core Laboratory Automation Instrument Design Project for Carl R. Darnall Army Medical Center (CRDAMC), Ft. Hood, Texas. The project will includes designing a fully automated laboratory (Core Laboratory Automation Processing System), leasing the necessary equipment/analyzers, providing the required reagents, and installation. Please see the attached Core Laboratory Automation Processing System Requirement document and Test Listing for details. It is anticipated that the proposed services will result in a Firm Fixed-Priced contract. The type of Solicitation to be issued will be based upon the responses to this synopsis. The purpose of this synopsis is to gain knowledge of interest, capabilities and qualifications of various members of the Small Business Community to include Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Women-Owned Small Business, and Service-Disabled Veteran-Owned Small Business (SDVOSB), as well as the interest, capabilities and qualifications of various members of the Large Business community, to compete and perform a Firm Fixed Price Contract for these services. The type of solicitation to issue will depend upon the responses to this sources sought synopsis. The Government must ensure there is adequate competition among the potential pool of responsive contractors. The North American Classification System (NAICS) code for this requirement is 334516 - Analytical Laboratory Instrument Manufacturing. The Small Business Size Standard is 1,000 employees. Responses to this Sources Sought Notice should demonstrate the firm's ability, capability, and responsibility to deliver the services listed as required by the attached documents named Core Laboratory Automation Processing System Requirement document and Test listing. In response to this notice, interested parties shall submit a written Statement of Capability limited up to 10 pages and shall include the following information: 1. Offerors name, address, point of contact, phone number, and e-mail address. 2. Offeror's interest in providing a proposal/quote on the solicitation when it is issued. 3. Offeror's capability to meet personnel requirements. 4. Offeror's capability to perform a contract of this magnitude and complexity (include offeror's in-house capability to execute maintenance services for this equipment, comparable work performed within the past 5 years -brief description of the work, customer name, timeliness of performance, customer satisfaction, and dollar value of the work) - provide at least three (3) examples. Documentation of technical expertise must be presented in sufficient detail for the Government to determine that your company possesses the necessary functional area expertise and expertise and experience to compete for this acquisition. 5. Offeror's type of small business and Business Size (Whether 8(a), HUB Zone, Women-Owned Small Business, Service Disabled Veteran Owned Small Business, etc.), or Large Business Status, should be documented in the Statement of Capability. The Government may request the vendors to conduct a demonstration of the equipment outside of the Military Treatment Facility (MTF) via the vendor's trailer. If the vendor does not have a trailer for demonstration, the vendor may conduct demonstrations inside the MTF. Interested parties are responsible for marking information that is proprietary in nature. No reimbursement will be made for any costs associated with providing information in response to this notice or any follow up information requests. The Government is not obligated to, nor will it, pay for or reimburse any costs associated with responding to this sources sought notice. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. A determination by the Government to not compete this proposed contract action based on the responses to this notice is solely within the discretion of the Government. All interested businesses must be registered in the Central Contractor's Registration (CCR) through the System for Award Management (SAM) at www.sam.gov to be eligible for award of Government contracts. Email your response to Contract Specialist to Mrs. Shenecqua Soares at shenecqua.n.soares.civ@mail.mil. Telephonic inquiries will not be honored. EMAIL IS THE ONLY METHOD.