USAFA Biosafety Containment Cabinet
Agency: | DEPT OF DEFENSE |
---|---|
State: | Colorado |
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159973438826093 |
Posted Date: | Apr 19, 2024 |
Due Date: | Apr 26, 2024 |
Solicitation No: | FA700024BiosafetyCabinet |
Source: | Members Only |
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).
- Contract Opportunity Type: Sources Sought (Original)
- All Dates/Times are: (UTC-06:00) MOUNTAIN STANDARD TIME, DENVER, USA
- Original Published Date: Apr 19, 2024 11:40 am MDT
- Original Response Date: Apr 26, 2024 02:00 pm MDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: May 11, 2024
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
-
NAICS Code:
- 339113 - Surgical Appliance and Supplies Manufacturing
-
Place of Performance:
USAF Academy , CO 80840USA
SOURCES SOUGHT: THIS IS NOT A NOTICE OF REQUEST FOR QUOTATION BUT INFORMATION AND PLANNING PURPOSES ONLY. This notice does not constitute a commitment by the Government. All information submitted in response to this announcement is voluntary and the Government will not pay for information requested, nor will it compensate any respondent for any cost incurred in developing the information provided to the Government.
The Request for Quotation (RFQ) number is FA700024BiosafetyCabinet and shall be used to reference any written responses to this sources sought notice.
The US Air Force Academy (USAFA) anticipates a requirement that concludes as a firm-fixed price contract. The NAICS Code proposed is 339113, with a size standard of 800.
The Dean of Faculty Department of Biology (DFBI) has a requirement to obtain a new Biosafety Containment Cabinet for use with a currently owned and serviced FACSMelody Cell Sorter. The Biosafety Containment Cabinet would be used for ongoing and future experiments, and is critical for DTRA-funded research. The purchase of this Cabinet would overall provide for the research performed by USAFA, as well as contributing to the DFBI’s mission of educating Cadets.
Salient Characteristics are as follows:
- Minimum interior dimensions of 46in. X 23in. X 27in.
- Minimum work surface dimensions of 44in. X 23in.
- Meets NSF 49 requirements for operator protection
- Possesses a built-in aerosol management system
- Minimum of five access ports for cables and tubing
- Certified for use with the FACSMelody Cell Sorter
- Including Training
- Including Installation
Include in your package:
- Cage Code
- DUNS
- SAM.gov registration expiration date
- Any related specifications/product drawings
The purpose of the Biosafety Containment Cabinet is to create a safe environment for the researchers and cadets using the FACSMelody Cell Sorter system, as well as to improve their findings and accuracy.
Delivery is FOB Destination to USAF Academy, CO 80840.
Market research is being conducted to determine interest, capability, and socio-economic category of potential sources for the requirement. The government requests interested parties submit a brief description of their company's business size (i.e. annual revenues and employee size), business status (i.e., 8(a), Historically Underutilized Business Zone, service-disabled veteran-owned small business, HUBZone small business, woman-owned small business, veteran-owned small business, or small business) anticipated teaming arrangements, and a description of similar services offered to the Government and to commercial customers.
All interested firms shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Also indicate if you are the manufacturer, or provide the name and size of the manufacturer of the product(s) you will be supplying. Respondents are further requested to indicate their status as a Foreign-owned/foreign-controlled firm and any contemplated us of foreign national employees on this effort.
NOTE: RESPONSES TO THIS SOURCES SOUGHT SHALL STATE IF THEY ARE THE SUPPLIER OR THE MANUFACTURER.
Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by teaming partners. The Government will use this information in determining its small business set-aside decision.
Please note that all contractors doing business with the Federal Government must be registered in the SAM.gov database, and are required to maintain an “active” status.
Responses shall be submitted electronically to:
ryan.dague.1@us.af.mil
kristin.heikkila@us.af.mil
Mail and telephone responses will not be accepted.
RESPONSES ARE DUE NO LATER THAN 26 APRIL 2024.
Future information about this acquisition, including issuance of a quotation and/or applicable amendments, will be issued through FedBizOpps. Interested parties are responsible for ensuring they have the most up-to-date information regarding this acquisition
- ADMIN ONLY NO REQTN CP 719 333 4019 8110 INDUSTRIAL DR STE 200
- USAF ACADEMY , CO 80840-2303
- USA
- Ryan Dague
- ryan.dague.1@us.af.mil
- Phone Number 7193332799
- Kristin Heikkila
- kristin.heikkila@us.af.mil
- Phone Number 7193333961
- Apr 19, 2024 11:40 am MDTSources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.