Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2022 SAM #7511
SOURCES SOUGHT

R -- SOURCES SOUGHT ANNOUNCEMENT ONLY: Provide Initial Public Health Accreditation Review or Reaccreditation Review

Notice Date
6/22/2022 11:52:04 AM
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
W40M USA HLTH CONTRACTING ACT JBSA FT SAM HOUSTON TX 78234-5074 USA
 
ZIP Code
78234-5074
 
Solicitation Number
W81K04-22-0336
 
Response Due
7/5/2022 2:00:00 PM
 
Point of Contact
William (Bill) Bondurant, Arturo Castro, Phone: 2102954392
 
E-Mail Address
william.a.bondurant.civ@mail.mil, arturo.castro8.civ@mail.mil
(william.a.bondurant.civ@mail.mil, arturo.castro8.civ@mail.mil)
 
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the services described below. The Health Readiness Contracting Office- HRCO, JBSA, Fort Sam Houston, TX , intends to solicit, negotiate and award a non-personal services contract to provide initial public health accreditation review or reaccreditation review of 28 select Army installation departments of public health (DPH). This 5 year IDIQ contract will consist of a base year and four option years. The action will be in support of the U.S. Army Public Health Enterprise (PHE). The U.S. Army Public Health Enterprise (PHE) comprises a series of Public Health Laboratories that provide quality sample analysis data to allow decision makers to enhance Army readiness and assure the quality and effectiveness of Army�s Public Health Enterprise. This PHE is part of the U.S. Army Medical Command (MEDCOM) and includes The U.S. Army Public Health Center (APHC) in Aberdeen, MD; Regional Health Command � Pacific in Joint Base Lewis McCord, WA; Regional Health Command-Atlantic in Ft Meade, MD; Regional Health Command-Europe in Landstuhl, Germany; Regional Health Command-Pacific in Camp Zama, Japan; Regional Health Command-Pacific in Korea; and the Regional Health Command DOD Food Analysis And Diagnostic Laboratory (FADL) in San Antonio, TX. Initial accreditation review or re-accreditation review that must include the assessment of applicant Army installation DPHs� documentation of specific activities and capacities against accepted accreditation standards, which are psychometrically tested and validated and are based on recognized and accepted public health principles or framework, and a process to measure the department�s performance against these standards. PHE has the requirement for laboratory accreditations that a Contractor shall be required to provide the following capabilities: the ability to accredit various matrices to include air, wipes, drinking water, non-potable water, tissue, arthropods, soil, sediment, food, and clinical and veterinary specimens; the ability to certify not only published methods, but also laboratory developed methods that meet validation and strict quality control requirements of the Contractor; Be internationally recognized by the International Laboratory Accreditation Cooperation (ILAC) and Regional Accreditation Groups according to ISO/IEC 17011 requirements; Provide proof of a current existing scope that confirms that the Contractor accredits to the ISO/IEC 17025:2005, AOAC International Guidelines for Laboratories Performing Microbiological and Chemical Analyses of Food, Dietary Supplements, and Pharmaceuticals (dtd April 2015), The NELAC Institute (TNI) Standards:2009 for Chemical, Radiochemistry and Microbiology Testing, The EPA National Lead Laboratory Accreditation Program (NLLAP), Clinical Lab Improvement Amendments (CLIA), Clinical Laboratory Improvement Program (CLIP) and ISO/IEC 15189 for Medical Laboratories; be approved by the EPA for accrediting NLLAP laboratories and must have Deemed Status by the Centers for Medicare and Medicaid Services (CMS) under CLIA for clinical testing; have a reciprocity agreement as a third party accreditation with the Washington State Department of Ecology and Georgia Department of Natural Resources to allow PHE to use this accreditation for third party accreditation in drinking water methods in those states; be an approved Florida NELAP contract assessment provider and the auditor(s) conducting NELAP audit(s) must be EPA Drinking Water certified and provide certification documentation upon request to APHC; and have assessors possessing technical knowledge and experienced in chemical and biological analyses of food and veterinary medical specimens. If you are interested and are capable of providing the required services, please provide the following information. (1) Company Name, Address, Point of Contact (2) Size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc. (3) Is your company considered small under the NAICS code 541990?� (4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number. (5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced services available on your schedule/contract? (6) Please provide general pricing for your services for market research purposes. (7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above. The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. No sub-contracting opportunity is anticipated. The NAICS for this requirement is 541990 and the PSC Code is R420. The point of contact for this requirement is William (Bill) Bondurant, william.a.bondurant.civ@mail.mil, and the Contracting Officer is Art Castro at arturo.castro8.civ@mail.mil.� No telephonic responses requests will be responded to. Closing date for this Synopsis is 5 July 2022 at 4:00 PM Central Standard Time (CST).
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6f903af28fc94d6e83e4d7371220ad9d/view)
 
Record
SN06365985-F 20220624/220623060618 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.