Iowa Bids > Bid Detail

Diagnostic Test kits for detection of Babesia caballi and Theileria equi

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159351644410926
Posted Date: Nov 28, 2023
Due Date: Dec 6, 2023
Source: https://sam.gov/opp/e7d8f83f5c...
Follow
Diagnostic Test kits for detection of Babesia caballi and Theileria equi
Active
Contract Opportunity
Notice ID
SS1115364
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
ANIMAL AND PLANT HEALTH INSPECTION SERVICE
Office
MRPBS MINNEAPOLIS MN
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)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 28, 2023 12:00 pm EST
  • Original Response Date: Dec 06, 2023 02:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 325413 - In-Vitro Diagnostic Substance Manufacturing
  • Place of Performance:
    Ames , IA 50010
    USA
Description

This requirement is for the United States Department of Agriculture, Animal Plant Health and Inspection Service, National Veterinary Services Laboratories, Diagnostic Bioanalytic and Reagents Laboratory, Serology Section. This sources sought is about diagnostic test kits which are used for both domestic and import testing at NVSL.





The contractor shall supply the following:




  • Diagnostic test kits must be a cELISA format.

  • Recombinant antigen must be either RAP-1 (B. caballi) or EMA-1 (T. equi) or other documented highly conserved antigen.

  • Test kits must be licensed for use in US by the Center for Veterinary Biologics

  • Documented sensitivity and specificity must be 95-100% for both kits.

  • Kits must be available no later than January 1, 2024

  • Must be able to produce approximately 200 test kits for each B. caballi and T. equi per calendar year.





This sources sought notice is being publicized to determine if there are any small businesses with the capability of providing the Diagnostic Test kits for detection of Babesia caballi and Theileria equi in accordance with the requirement outlined above.





Small businesses shall be aware they must comply with the FAR 52.219-14- Limitations on Subcontracting. Part 52 - Solicitation Provisions and Contract Clauses | Acquisition.GOV





The USDA intends to establish a single or multiple year contract with an estimated contract ceiling of $300,000 - $400,000.00. The North American Industry Classification System (NAICS) code is 325413 with a small business size standard of 1,250 in employees.





This is not a request for quotes, but market research to determine if there are any small businesses capable of providing the equine blood testing services prior to issuing a solicitation. A determination by the Government on the method of competing this requirement has not been established. The Government will not award a contract based on this Sources Sought Notice or the information received, nor will it reimburse participants for the information they provide. If you are an interested vendor, please provide the following information:




  1. Business name and point of contact

  2. UEI number

  3. Business size

  4. A brief Statement of Capability (no more than two pages) which demonstrates the ability to provide the specialized equine blood testing services

  5. Any past performance information on contracts of similar size and scope. Each reference should include:

    • A description on the degree of work self-performed.

    • Past performance references with names and phone numbers.



  6. If the company is a small business, explain how they would comply with the requirement FAR 52.219-14- Limitations on Subcontracting (if applicable).





Emailed responses are required. Information provided will not be used as a part of any subsequent solicitation requirement. Interested sources who submit information are responsible for appropriately marking information if it is proprietary in nature. Responses to this notice are due no later than 2:00 p.m., Central Time, on Wednesday, December 06, 2023 to the attention of Mario Garcia, Contract Specialist, via e-mail: mario.garcia2@usda.gov. All questions regarding this notice must also be directed to the point of contact in this notice.


Attachments/Links
Contact Information
Contracting Office Address
  • 250 MARQUETTE AVENUE SUITE 410
  • MINNEAPOLIS , MN 55401
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 28, 2023 12:00 pm ESTSources 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.

Start Free Trial Today >