Inactive
Notice ID:Verogen
The Mission and Installation Contracting Command, Fort Gordon, GA is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and ...
The Mission and Installation Contracting Command, Fort Gordon, GA is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to provide the following products: Brand Name Only Salient characteristics: - Base and 2 Option Years MiSeq FGx Upgrade Kit - Base Year - Kit contains all of the accessories needed to upgrade the MiSeq RUO to the MiSeq FGx, including MiSeq FGx Control Software and front panel containing MiSeq FGx product name. MiSeq FGx Gold Support Plan - Base Year Plan - Includes full coverage for parts, labor, and travel; reagent replacement upon instrument failure; 1 PM with 1 OQ MiSeq FGx Gold Support Plan - Base Year Plan - Includes full coverage for parts, labor, and travel; reagent replacement upon instrument failure; 1 PM with 1 OQ Product Care MiSeq FGx Data Analysis Service - Base Year Plan - Includes full coverage for parts, labor and travel; Remote Technical Support; SW updates; onsite response to match contractual response time for affiliated instrument. Contractor Manpower Reporting Contractor Manpower Reporting - Base Year. Within 30 days after completion of each contract service year, report your service at the CMRA website https://cmra.army.mil. Contractor is responsible for Entering Order data, Total Invoice Amount, Contractor Contact data, and Location data in CMRA. After completing the reporting requirement, if charges apply, submit invoice for manpower reporting service in WAWF. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research,this requirement may be set aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS 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 TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. The applicable NAICS code for this requirement is 334516 with a Business Size Standard of 1,000 employees. The Product Service Code (PSC) is J066. SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to Patricia Early, in either Microsoft Word or Portable Document Format (PDF), via email patricia.a.early10.civ@mail.mil no later than 10:00 a.m. on 07 June 2019 and reference this synopsis number in subject line of e-mail and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, FAX, Web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentationsupporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements .All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fullyprotected from any release outside the Government.