Texas Bids > Bid Detail

Force Readiness Infectious Disease Testing

Agency:
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
  • Q - Medical Services
Opps ID: NBD00159236523827971
Posted Date: May 4, 2023
Due Date: May 15, 2023
Solicitation No: W81K04-23-R-0099
Source: https://sam.gov/opp/94c26bdb58...
Force Readiness Infectious Disease Testing
Active
Contract Opportunity
Notice ID
W81K04-23-R-0099
Related Notice
Department/Ind. Agency
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: May 04, 2023 01:52 pm CDT
  • Original Response Date: May 15, 2023 02:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    JBSA Ft Sam Houston , TX 78234
    USA
Description



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 on the SAM website sam.gov 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.



Please submit written capability response as a .xlsx.



Interested parties must send written capability responses by 15 May 2023, 2:00 PM (Central Time) via e-mail to Georgeana Green, Contract Specialist at georgeana.l.green.civ@health.mil, Cynthia Lattimore, Contract Specialist at cynthia.t.lattimore.civ@health.mil and Laura Applewhite, Contracting Officer at laura.j.applewhite.civ@health.mil.





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 testing at an estimated quantity of 1,658,000 tests per year with a 24 hour turn-around time (TAT) for results from receipt of specimen. It is recognized that specific pricing information is predicated on the Government requirement. Provide an estimated price per test based on 1,658,000 tests per year.





3. Describe the qualifications and labor categories to staff medical laboratory testing.





4. Is your company Risk Management Framework (RMF), College of American Pathologist’s (CAP) and Clinical Laboratory Improvement Amendments of 1988 (CLIA) accredited to process 1,658,000 4th Generation HIV tests in a year?





5. Do you anticipate a challenge in performing this requirement? If yes, identify the challenges.





6. What innovative approaches are used by your company to recruit and retain contract personnel?





7. What innovative approaches are used by your company to process a large number of testing yearly?





8. 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.)





9. 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 1,658,000 tests per year.





10. What type of pricing structure would best meet the Government’s objective (e.g., fixed, hourly price)? Should incentives be considered and if yes, identify the proposed incentives.





11. 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 of the characteristics described above? Do you anticipate any perceived barriers to competition? If so, please specify.





12. After receipt of the Request for Proposal (RFP), what do you consider to be an acceptable timeframe (i.e., 30 days, 45 days, etc.) for you to prepare and submit of your proposal to the Government?





13. Does your company currently have an active account registered in the System for Award Management (SAM) at https://www.sam.gov, to provide the requirement as specified in question five (5) to organizations within the federal government? If so, describe the types of services that you currently provide. The contract number, expiration date, and order limitations?





14. Do you have any comments on the requirements described above? If so, please specify.

















































EXPERIENCE REPORTING FORM





Provide the following information to show up to three (3) examples of projects your company completed for a total of 24 months of the previous 36 months indicating experience with projects of same or similar type and scope to Medical Laboratory Testing Services. Use one form per project.





Project No. 1



a. Name of Firm: _________________________



b. Contract Number, Title, and Location of Project: __________________



c. Contract Type and Pricing Arrangement: ______________



d. Type of Work/Description of the job:



e. Describe how the contract referenced is relevant to the immediate acquisition. If only portions of the contract are relevant, specify which portions of the contract are relevant to the immediate acquisition:



___________________________________________________________________________



f. Role (Prime, Joint Venture, or Subcontractor, etc.): __________________________



g. Contract or Subcontract (Award) Amount:



h. Dates of Contract: Began: __________ Completed: ______________



i. Were You Terminated or Assessed Liquidated Damages? yes no. If “yes”, provide explanation:





Project No. 2



a. Name of Firm: ___________________________________



b. Contract Number, Title, and Location of Project: ____________________.



c. Contract Type and Pricing Arrangement: ________________



d. Type of Work/Description of the job:



e. Describe how the contract referenced is relevant to the immediate acquisition. If only portions of the contract are relevant, specify which portions of the contract are relevant to the immediate acquisition:



_____________________________________________________________________________



f. Role (Prime, Joint Venture, or Subcontractor, etc.): __________________ Services._________________________________



g. Contract or Subcontract (Award) Amount:



h. Dates of Contract: Began: __________ Completed: ______________



i. Were You Terminated or Assessed Liquidated Damages? yes no. If “yes”, provide explanation:





Project No. 3



a. Name of Firm: _____________



b. Contract Number, Title, and Location of Project: __________________



c. Contract Type and Pricing Arrangement: _________________________



d. Type of Work/Description of the job: ___________________________



e. Describe how the contract referenced is relevant to the immediate acquisition. If only portions of the contract are relevant, specify which portions of the contract are relevant to the immediate acquisition:



___________________________________________________________________



f. Role (Prime, Joint Venture, or Subcontractor, etc.): _______________________



g. Contract or Subcontract (Award) Amount: ______________________________



h. Dates of Contract: Began: __________Completed: ______________________



i. Were You Terminated or Assessed Liquidated Damages? yes no. If “yes”, provide explanation:




Attachments/Links
Contact Information
Primary Point of Contact
Secondary Point of Contact


History
  • May 04, 2023 01:52 pm CDTSources 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 >