Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2023 SAM #8045
SPECIAL NOTICE

99 -- Force Readiness Infectious Disease Screening Testing

Notice Date
12/5/2023 12:28:20 PM
 
Notice Type
Special Notice
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
DEPT OF DEFENSE
 
ZIP Code
00000
 
Response Due
12/11/2023 10:00:00 AM
 
Archive Date
12/12/2023
 
Point of Contact
Cynthia Lattimore, Georgeana Green
 
E-Mail Address
cynthia.t.lattimore.civ@health.mil, georgeana.l.green.civ@health.mil
(cynthia.t.lattimore.civ@health.mil, georgeana.l.green.civ@health.mil)
 
Description
UPDATE: 5 December 2023 - Responses are to be submitted�as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of ten (10) pages.�� THIS IS A REQUEST FOR INFORMATION (RFI) ONLY; it is not a Solicitation (i.e., Request for Proposal, Request for Quotation, or Invitation for Bids) or an indication that the Health Readiness Contracting Office (HRCO) will contract for the services contained in the RFI.� This RFI is part of a government market research effort to determine the scope of industry capabilities and interest and will be treated as information only. �In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. �Responses to this RFI are strictly voluntary and the Government will not pay respondents for information provided in response to this RFI.� Responses to this RFI will not be returned and respondents will not be notified of the result of the review. �If a competitive solicitation is issued, it will be announced through the solicitation module of the Procurement Integrated Enterprise Environment (PIEE) suite at https://piee.eb.mil at a later date, and all interested parties must respond to that Solicitation announcement separately from any response to this announcement. �This RFI does not restrict the Government's acquisition approach on a future solicitation. The NAICS Code for this procurement is 621511, Medical Laboratories and the annual size standard in millions of dollars is $41.5. �The United States Army Health Care Activity (USAHCA), Health Readiness Contracting Office (HRCO) is seeking industry information and comments from sources with capabilities to assist the Government with analysis of market availability and pricing for testing for the detection of antigen and antibody of 4th Generation Human Immunodeficiency Viruses (HIV) screening testing services supporting the Defense Health Agency (DHA) that includes all branches of the Department of Defense (DoD) to include the United States Military Entrance Processing Command (USMEPCOM). RESPONSES:� Respondents to this RFI are to describe their interest and ability to provide the requirements summarized below in the description of the requirement.� Responses are to contain (1) Company Name, (2) CAGE Code, (3) Unique Entity ID (UEI), (4) Business Size (NAICS Code 621511, Medical Laboratories), (5) Mailing Address, and (6) Primary Point of Contact Information, to include Telephone Number and Email Address.� Responses should be formatted as either MS Word (.doc) or Adobe Portable Document Format (.pdf) and should be limited to a maximum of ten (10) pages.� Proprietary/competition sensitive information (appropriately marked) will be protected from disclosure to the greatest extent practical; however, it is preferred that respondents do not provide proprietary or otherwise restricted responses.� No faxes, courier delivered, or telephone inquiries/submissions will be accepted.� Interested parties must send written capability responses by 11 December 2023, 12:00 PM (Central Time) via e-mail to Cynthia Lattimore, Contract Specialist at cynthia.t.lattimore.civ@health.mil and Georgeana Green, Contract Specialist at georgeana.l.green.civ@health.mil. CONTRACT INFORMATION: The United States Army Health Care Activity (USAHCA), Health Readiness Contracting Office (HRCO) intends to solicit and award a stand-alone indefinite delivery indefinite quantity (ID/IQ) non-personal services contract for Medical Laboratory Testing Services to support Force Readiness Infectious Disease Screening. The services provided are for medical laboratory testing services for the detection of antigen and antibodies of Human Immunodeficiency Virus(es) (HIV), Hepatitis B Surface Antibody (HBsAb), Hepatitis B Surface Antigen (HBsAg), and Hepatitis C Virus (anti-HCV).� These laboratory testing services will directly support the Defense Health Agency (DHA), the U.S. Military Entrance Processing Command (USMEPCOM) and the Navy Bloodborne Infection Management Center (NBIMC). NBIMC is a field activity of the Navy and Marine Corps Force Health Protection Command (NMCFHPC).� Medical laboratory testing services will include, but are not limited to, the provision of collection supplies, specimen collection/preparation/shipment instructions and training, courier services, specimen testing (including required quality programs), result reporting, specimen storage/re-aliquot/final disposition services, required information management systems, and help desk customer support services.� The Government's requirements will also necessitate processing of residual serum from testing for frozen shipment to the DoD Serum Repository.� RFI Goals: -Gain knowledge of common business practices for medical laboratory testing. -Obtain feedback regarding feasibility of the described requirement (challenges, limitations, costs, etc.). QUESTIONS FOR INDUSTRY: �The Government desires that respondents offer their experience and recommendations on the following questions related to the above-mentioned procurement. 1. In accordance with NAICS Code 621511, Medical Laboratories and $41.5 Million, Small Business Size; Is your firm a Large Business, Small Business, 8(a), HUBZone, Woman-Owned, Veteran Owned, and/or Service-Disabled Veteran?� (Specify all that apply) 2. The Government is interested in the capability of industry to provide a large number of tests �with a 24 hour turn-around time (TAT) for results from receipt of specimen (See attachment Estimated Five Year Historical Workload Data).� It is recognized that specific pricing information is predicated on the Government requirement.� Please provide a Rough Order of Magnitude (ROM) (estimated total value) to perform per test based on historical data as shown on attachment. 3. Does your company hold a Clinical Laboratory Improvement Amendments (CLIA) Certificate of Accreditation for High Complexity Testing from any of the accredited agencies: College of American Pathologist�s (CAP), Commission on Office Laboratory Accreditation (COLA) to process the number of tests as shown on the attachment? 4. Do you anticipate a challenge in performing this requirement? �If yes, identify the challenges. 5. What is your recommended staffing approach (e.g., type of positions and number of personnel) for the requirements stated on the Draft PWS? 6. What innovative approaches are used by your company to recruit and retain contract personnel? 7. Would you propose on this project as a sole contractor, prime contractor with subcontractor(s), prime contractor with team member subcontractor(s), and/or joint venture?� (If you propose a joint venture, identify to the extent possible, your team members, business size of your team members or joint venture firms.� If a teaming arrangement is planned, give details to the extent practicable on how the team likely will be composed.� See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a) Program regulations described in 13 CFR 124.513.) 8.� Provide at least 3 examples of similar or comparable projects in terms of scope, size, and complexity for which you were the prime contractor, joint venture partner or first tier subcontractor responsible for medical laboratory testing.� Identify the scope of your contractual responsibility, the location, client, and size of the project in terms of processing an estimated workload as shown on the attachment. 9. Should the Government publish a formal solicitation; do you anticipate any challenges preparing a competitive price proposal to provide services based on some or all the characteristics described above? �Do you anticipate any perceived barriers to competition? �If so, please specify. 10. Do you have any questions or concerns with the requirements outlined in the attached Draft PWS? �If so, please specify. NOTE TO DRAFT PWS: Attachments and Exhibits will be finalized and posted on official Request for Proposal.� ���
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/02b91d37b4e04770be39586d6227895d/view)
 
Place of Performance
Address: San Antonio, TX, USA
Country: USA
 
Record
SN06902530-F 20231207/231205230046 (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.