SOURCES SOUGHT
R -- REQUEST FOR INFORMATION - HERPES B TESTING
- Notice Date
- 1/30/2018
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), BLDG 1 KANSAS ST, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W81XWH-18-S-0005
- Archive Date
- 2/24/2018
- Point of Contact
- JENNIFER S. BASSETT, Phone: 301-619-2268
- E-Mail Address
-
JENNIFER.S.BASSETT.CIV@MAIL.MIL
(JENNIFER.S.BASSETT.CIV@MAIL.MIL)
- Small Business Set-Aside
- N/A
- Description
- MARKET SURVEY REQUEST: THIS IS A REQUEST FOR INFORMATION ONLY for market research and planning purposes only, as defined in FAR 15.201(e). This is not a solicitation or request for competitive proposals. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is not to be construed as a commitment by the Government nor will the Government pay for the information solicited. No solicitation document exists or is guaranteed to be issued as a result of this Notice. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted, and the Government will not reimburse respondents for preparation of the response. Response to this Notice is strictly voluntary and will not affect future ability to submit an offer if a solicitation is released. There is no bid package or solicitation document associated with this announcement. BACKGROUND: The Requiring Activity for this action is the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). USAMRIID's mission is to provide leading edge medical capabilities to deter and defend against current and emerging biological threat agents REQUIREMENT: The Requiring Activity for this action is the United States Army Medical Research Institute of Infectious Diseases (USAMRIID). USAMRIID is looking for a company to provide Herpes B Testing on both Human and Non-Human Samples. HERPES B TESTING: HUMAN AND NON-HUMAN PRIMATE (NHP) SAMPLES. The Contractor shall provide services required to perform Reference Laboratory Herpes B Testing services for both Humans and Non-Human Primates (NHP's). The Contractor shall provide clinical reference laboratory services to the government at U.S. Army Medical Research Institute of Infectious Diseases (USAMRIID) Division of Medicine (DoM). Clinical reference laboratory services will support the USAMRIID Non-Human Primate (NHP) research studies. All tests shall be executed at the Contractor's premises, or within the Contractor's network of laboratories [affiliate(s) or qualified subcontractor(s)]. The Contractor shall provide the full range of clinical and anatomic pathology diagnostic testing capabilities to execute required tests. The Contractor shall ensure the accurate and timely performance of laboratory Herpes B testing services in biologic specimens. The quality for all services rendered hereunder shall conform to the highest standards in the clinical pathology and clinical reference laboratory professions. Such standards and operating manuals shall include the procedures as outlined in the CLIA Inspection Checklists (current edition). The Contractor shall transport specimens under required conditions to ensure viability and stability for Herpes B testing. All specimens shall be processed and shipped within one (1) business day of receipt. Specimen discrepancies or additional specimen requirements shall be made known within one (1) business day after knowledge of discrepancy. The Contractor shall provide specimen samples upon request for correlation and validation studies as needed at no additional cost. Specimens should be sent within 72 hours of the request. Specimens shall be stored and retained by the Contractor for at least 7 days after reporting the results. In selected cases, and upon request by a site, the Contractor shall store/retain specimens for up to 30 days. Repeat determinations or add-on tests to store specimens during this 7-day or extended 30-day period may be requested by the Government. Repeat determinations shall be requested by sites when test results do not fit the clinical picture of the patient. Specimen retention applies to blood, serum, and other body fluids. When applicable, all anatomic pathology specimen(s) (e.g., blocks, slides or other diagnostic material) shall be returned by courier or expedited shipping methods to the submitting facility within 7 days after final diagnosis. The Contractor agrees to use administrative, physical, and technical safeguards that reasonably and appropriately protect the confidentiality, integrity, and availability of the electronic protected health information that it creates, receives, maintains, or transmits. SUBMITTALS: Summaries of the services as listed above shall be no more than Five (5) pages in length, and shall describe service capabilities in each of these areas. Interested Parties shall provide business size status based upon NAICS code 541990, Small Business Size Standard of $15 Million, CAGE code as registered at SAM.gov. Interested Parties may include item brochure information with the summary package by the Government's requested date of submittal of February 9th, 2018. Interested parties shall submit information in response to this RFI to: Jennifer.s.bassett.civ@mail.mil. Responses shall be submitted and received via Email no later than 2:00PM EST Friday, February 9th, 2018. Documents shall be electronic in Microsoft Word, Excel, Power Point, and/or Adobe Portable Document Format (PDF) and provided as attachments to the Email. No telephonic responses to this RFI will be considered. Questions concerning this RFI may be addressed by contacting: Jennifer.s.bassett.civ@mail.mil. All information received in response to this RFI that is marked proprietary will be handled accordingly. Responses to the RFI will not be returned. Responses to this RFI are not offers for contract and will not be used by the Government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. Vendors having the services that they believe would be suitable for military operations as described herein shall submit all supporting documentation requested by this RFI to the POC noted above. Please provide information on your organization in the following areas; 1. Company Name, Address and Single Point of Contact with Name, Title, Telephone Number and E-mail Address. 2. DUNS Number and Cage Code 3. Confirmation of Current Active Registration in System for Award Management (SAM) 4. Primary NAICS Code(s) and Business Size (i.e., small/large) 5. GSA Schedule, If Available 6. Commercial Price List, if GSA schedule is Not Available 7. Product Specific Brochures Literature PROVISIONS AND CLAUSES: 52.215-3 -- Request for Information or Solicitation for Planning Purposes. Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "Offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of Market Research and Planning Purposes Only. (End of Provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/442da110bf6bbccb07671e2a1fb75087)
- Place of Performance
- Address: FREDERICK, Maryland, 21702, United States
- Zip Code: 21702
- Zip Code: 21702
- Record
- SN04804577-W 20180201/180130231551-442da110bf6bbccb07671e2a1fb75087 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |