Search Contract Opportunities

Manufacture of Lateral Flow Immunoassay (LFI) Strips   3

ID: W911SR-23-R-0005 • Type: Presolicitation

Description

The ACC-APG, Edgewood Division/Detrick Branch, on behalf of the Joint Project Lead CBRND Enabling Biotechnologies (JPL CBRND-EB) Defense Biological Product Assurance Office (DBPAO) intends to issue a small business set-aside solicitation under FAR Part 15, to manufacture Lateral Flow Immunoassay (LFI) strips. The DBPAO manages the procurement of LFI strips used in the assembly of end items for the Joint Biological Point Detection System (JBPDS), and the Joint Portal Shield (JPS) System, as well as individual Hand Held Assays (HHA) used by Department of Defense entities for domestic preparedness, Homeland Defense, counter-terrorist operations and by Other Government Agencies (OGAs). These LFI strips may also be distributed to end users of DBPAO products or supplied as Government Furnished Materials (GFM) when needed for government contracted activities. DBPAO reviews all requests for LFI strips to ensure that these strips are only delivered to qualified entities.

Contractor capabilities required for LFI strip manufacturing include: Capability to supply LFI strips for subsequent assembly in individual HHA, JBPDS and JPS detection system end items; Capability to perform first article testing and production lot testing for LFI strip manufacture; Capability to cut LFI strips, ship LFI strips to a Government directed Conformance Test Laboratory (CTL) for testing, and ship LFI strips to a Government contractor performing end-item manufacturing/assembly; Capability to store LFI strips and antigens at 2-8 Celsius, and antigens at -80 Celsius; and Manufacturing facilities with temperature- and humidity-controlled manufacturing work areas and storage and the ability to safeguard Controlled Unclassified Information (CUI) in accordance with NIST 800-171.

The Government does not intend to use FAR Part 12 for this acquisition. This contract for this effort is anticipated to be a Firm Fixed Price (FFP) Indefinite Delivery/Indefinite Quantity (IDIQ) supply contract, with a five-year ordering period of performance awarded to a single contractor. In accordance with FAR 16.301-3, the contractor's accounting system must be adequate for determining costs applicable to the contract. The Request for Proposal (RFP) is expected to be issued on or about 3 April 2023. The North American Industry Classification System (NAICS) code for this procurement is 334516 with a size standard of 1,000 employees. In accordance with DFARS 252.204-7004, Alternate A, all interested offerors shall be registered in the System for Award Management (SAM) database.

Responses to the LFI solicitation will be evaluated on the best overall value to the Government based on an integrated assessment of non-cost and cost related factors. Proposal costs shall not be reimbursed. When released, all interested parties will be able to view, download, and print a copy of the solicitation and any resulting amendments at:

The Federal Government System for Award Management at: www.sam.gov, Reference W911SR-23-R-0005

No telephone calls will be accepted.

No paper copies of the RFP will be provided, and no mailing list will be maintained.

Questions or correspondence should be directed to: E-mail: Ursela.c.jackson.civ@army.mil and susan.e.ruzicka2.civ@army.mil.

All inquiries should reference in the Subject Line RFP number W911SR-23-R-0005.

Overview

Response Deadline
March 29, 2023, 10:00 a.m. EDT Past Due
Posted
March 13, 2023, 3:50 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
USA
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
53%
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
91% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 3/13/23 ACC Aberdeen Proving Ground issued Presolicitation W911SR-23-R-0005 for Manufacture of Lateral Flow Immunoassay (LFI) Strips due 3/29/23. The opportunity was issued with a Small Business (SBA) set aside with NAICS 334516 (SBA Size Standard 1000 Employees) and PSC 6550.
Primary Contact
Name
Ursela C. Jackson   Profile
Phone
None

Secondary Contact

Name
Susan E. Ruzicka   Profile
Phone
None

Documents

Posted documents for Presolicitation W911SR-23-R-0005

Question & Answer

Opportunity Lifecycle

Procurement notices related to Presolicitation W911SR-23-R-0005

Award Notifications

Agency published notification of awards for Presolicitation W911SR-23-R-0005

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation W911SR-23-R-0005

Contract Awards

Prime contracts awarded through Presolicitation W911SR-23-R-0005

Incumbent or Similar Awards

Contracts Similar to Presolicitation W911SR-23-R-0005

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation W911SR-23-R-0005

Similar Active Opportunities

Open contract opportunities similar to Presolicitation W911SR-23-R-0005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC-APG
FPDS Organization Code
2100-W911SR
Source Organization Code
500038578
Last Updated
April 13, 2023
Last Updated By
ursela.c.jackson.civ@army.mil
Archive Date
April 14, 2023