SOLICITATION NOTICE
Q -- COVID PCR Testing - Tests & Service to Perform Test
- Notice Date
- 11/18/2020 9:00:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 54138
—
- Contracting Office
- SUP OF SHIPBUILDING CONV AND REPAIR BATH ME 04530 USA
- ZIP Code
- 04530
- Solicitation Number
- N6278621T0003
- Response Due
- 11/24/2020 9:00:00 AM
- Archive Date
- 12/09/2020
- Point of Contact
- Pamela Everett, Phone: 2074421086, Jessica Griffin, Phone: 2074424340
- E-Mail Address
-
pamela.everett@navy.mil, jessica.a.griffin1@navy.mil
(pamela.everett@navy.mil, jessica.a.griffin1@navy.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. �The solicitation number is N6278621T0003 and is issued as a Request for Proposals (RFP), unless otherwise indicated herein.� This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. �Paper copies of this solicitation will not be available. SUPSHIP Bath has a requirement for one hundred (100) Food and Drug Administration (FDA) authorized molecular PCR Covid-19 tests with a sensitivity of 98% or above and a specificity of 98% or above collected via nasal swab�from 100 SSBA personnel on two dates, resulting in a total of two hundred (200) tests to be administered.� Tests are to be administered on two (2) separate dates and provide results to testee via telephone call or email, whether being positive or negative.� Statement of Work Covid-19 Testing, Polymerise Chain Reaction (PCR) Tests 1. Period of Performance: December 9 and/or 10 AND December 12 and/or 13, 2020 a.� Testing Schedule � ���� i. The first test for 100 PCR tests shall be administered on December 9, 2020 and/or December 10, 2020 between the hours of 0700 and 1500 (7 a.m. and 3 p.m. EST) with the results, positive and negative, provided to the testee via telephone call or email no later than 6 a.m. EST on December 14, 2020.� ���� ii. The second 100 PCR tests shall be administered on December 12, 2020 and/or December 13, 2020 between the hours of 0700 and 1500 (7 a.m. and 3 p.m. EST) with the results, positive and negative, provided to the testee via telephone call or email no later than 9 a.m. EST on December 15, 2020. 2. Delivery Location: All testing shall be performed at the Supervisor of Shipbuilding, Conversion and Repair facility located at 574 Washington Street, Bath, Maine.� Tables and chairs will be provided for use at the delivery location. All other required equipment and transportation shall be provided by the offeror. 3. Total Number of Tests: One hundred (100) FDA-authorized molecular Polymerise Chain Reaction (PCR) tests administered on two separate dates, resulting in a total of two hundred (200) PCR tests to be administered. 4. Scope of Work: Administer one hundred (100) Food and Drug Administration (FDA) authorized molecular PCR Covid-19 tests with a sensitivity of 98% or above and a specificity of 98% or above via nasal swab testing to 100 SSBA personnel twice, resulting in a total of two hundred (200) tests to be administered.� Tests are to be administered on two (2) separate dates and provide results to testee via telephone call or email, whether being positive or negative. Contractor is to provide all testing results to testee via telephone call or email and a licensed medical provider (to be determined) electronically (email/fax) and by telephone no later than the dates specified in the above Period of Performance section (1a).� The laboratory test report provided to the licensed medical provider (name tbd) will include, at a minimum, patient�s name, date of test, test name, and test result. Contractor shall have a College of American Pathologist (CAP) Certified laboratory Fact sheets about COVID and the testing / reporting shall be handed to each testee by the offeror at the time of testing. 5.� Submission & Acceptance Criteria: a.� Offerors must include the following (at a minimum) with their response: ���� i. Proposal detailing: ��������� a. Name of FDA-authorized PCR test offered ��������� b. Method of test collection ��������� c. Sensitivity and specificity ratings of test method offered ��������� d. Name of collection / transport service provider ��������� e. Name of laboratory that will process the tests. ��������� f.� Identification that laboratory or collection / transport service provider� ��������� requires a medical order.��If medical order required, offeror must ��������� include service and price in in proposal. � ���� ii. Details of experience in executing similar testing events with test results provided within 48 hours of test collection within the past 6 months Fixed price proposal inclusive of all elements specified herein b.� To be eligible for award, prospective vendors must be registered in the System for Award Management (SAM), must be able to support the requested availability dates and provide a response to Representation 52.204-24. 6. Evaluation & Award Criteria: a. The Government intends to award a firm-fixed price contract. b. Award will be made on the basis of Best Value to the Government based on evaluation of delivery, capability (including experience), past performance, and price as defined below. �""Best Value"" is defined in FAR 2.101. ���� 1. Delivery: Ability to guarantee test results by the dates specific herein. ���� 2. Capability (incl Experience): Qualifications of the proposed vendor, including subcontractors, to execute a group test collection event, collect samples, transport, and process PCRs tests for COVID-19.� Sensitivity / Specificity of the proposed PCR test method. Experience in executing similar testing events with results provided within 48 hours of test collection within the past 6 months. ���� 3. Past Performance: Assessments / evaluations by third parties (including those prepared by others and submitted by the offeror) of recent (past 6 months) testing events of a similar nature. Records contained in the Contractor Performance Assessment Reporting Systems (CPARS) will be reviewed as part of this factor. ���� 4. Price: Total price inclusive of all elements specified in this Statement of work. 7. Terms: a. Each party warrants and covenants to the other that neither shall disclose to any third party, except where permitted or required by law, any patient or medical record information, and each shall comply with all federal and state laws and regulations regarding the confidentiality of such information. b. Both parties agree to comply with the applicable provisions of the Health Information Technology for Economic and Clinical Health Act of 2009 (the ""HITECH Act""), the Administrative Simplification section of the Health Insurance Portability and Accountability Act of 1996, as codified at 42 U.S.C. �1320d through d-8, as amended from time to time (�HIPAA�), and the requirements of any regulations promulgated under either the HITECH Act or HIPAA, including, without limitation, the federal privacy regulations as contained in 45 CFR Parts 160 and 164 (the �Federal Privacy Regulations�), the federal security standards as contained in 45 CFR Parts 160, 162 and 164 (the �Federal Security Regulations�), and the federal standards for electronic transactions contained in 45 C.F.R. Parts 160 and 162 (the ""Federal Electronic Transactions Regulations""), all as may be amended from time to time, and all collectively referred to herein as ""HIPAA Requirements."" Both parties acknowledge that each party constitutes a �covered entity,� as that term is defined at 45 CFR �164.103, and both parties are engaged in �covered functions,� as that term is defined at 45 CFR �164.501. Both parties agree not to use or further disclose any �protected health information,� as defined at 45 CFR �164.504, or �individually identifiable health information,� as defined at 42 U.S.C. �1320d (collectively, the �Protected Health Information�), concerning a patient other than as permitted by the provisions of this Agreement and the requirements of HIPAA and the regulations promulgated pursuant to HIPAA, including without limitation the Federal Privacy Regulations and the Federal Security Regulations. Both parties shall implement appropriate safeguards to prevent the use or disclosure of protected health information other than as provided for by this Agreement. Either party shall promptly report to the other party any use or disclosure of protected health information not in accordance with this Agreement or in violation of HIPAA Requirements of which that party becomes aware. In the event either party, with the prior approval of the other party in writing, contracts with any other parties or agents to whom the party furnishes protected health information received from the party, that party shall include provisions in such agreements whereby that party and the other party or agent agree to the same restrictions and conditions that apply to that party with respect to such protected health information. Either party shall return to the other party or properly dispose of any protected health information in accordance with federal and state law and regulations after the expiration or termination of this Agreement. Either party shall make its internal practices, books, and records relating to the use and disclosure of protected health information available to the Secretary of Health and Human Services to the extent required for determining compliance with HIPAA Requirements. Notwithstanding the foregoing, no attorney-client, accountant-client, or other legal privilege shall be deemed waived by either party by virtue of this paragraph. Any breach of this paragraph shall constitute a material breach upon which termination of this Agreement may be based. FAR Clause � 52.204-7, 52.204-13, 52.204-24, 52.212-1, 52.212-4, 52.212-5, 52.225-25, 52.232-39, 52-204-25 DFAR Clauses � 252.203-7000, 252.203-7002, 252-204-7000, 252.204-7003, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252-213-7000, 252.215-7013, 252.225-7048, 252-232-7010, 252.247-7023 & 252.232-7006 To reference above clauses, please go to www.acquisitions.gov. Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond.� Questions must be submitted by using the feature at https://beta.sam.gov/. �Questions not received within a reasonable time prior to close of the solicitation may not be considered.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/496346a95c684eceb31f5750fc78e8a4/view)
- Place of Performance
- Address: Bath, ME 04530, USA
- Zip Code: 04530
- Country: USA
- Zip Code: 04530
- Record
- SN05855756-F 20201120/201118230143 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |