Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 20, 2007 FBO #1971
SOURCES SOUGHT

Q -- Navy Central HIV Testing Services

Notice Date
1/19/2007
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083, UNITED STATES
 
ZIP Code
19111-5083
 
Solicitation Number
N00189-07-Q-Z014
 
Response Due
3/31/2007
 
Point of Contact
Mary Mezzatesta, Contract Negotiator, Phone 215-697-9691, Fax 215-697-9579, - Leanne Hanger, Contract Negotiator, Phone 215-697-9676, Fax 215-697-9742,
 
E-Mail Address
mary.mezzatesta@navy.mil, leanne.hanger@navy.mil
 
Description
This is a sources sought synopsis to determine the availability of potential sources capable of providing the U.S. Navy with testing services to detect antibodies to the Human Immunodeficiency Virus (HIV) in serum and plasma samples taken from 1,300 naval activities worldwide. The resultant contractor shall perform initial and repeat screening for HIV using an FDA-licensed Enzyme Linked Immunosorbent Assay (ELISA) test derived from whole viral lysate or a combination whole viral lysate and recombinant proteins. Specimens found repeatedly reactive by screening ELISA shall be retested utilizing an FDA-licensed Western Blot (WB) technique to confirm reactivity with HIV specific viral polypeptide. On a case-by-case basis, the Contractor shall perform additional retroviral assays, and/or tests of a molecular level. Where available, FDA licensed products shall be utilized for these additional assays. The Navy customers include all Department of Navy (DON) submitting activities (Navy and Marine Corps MTFs, Navy Operational Support Centers, formerly known as Reserve Centers) and other DoD beneficiaries (USCG, Army, Air Force, Public Health, etc.). The Navy estimates submitting approximately 60,000 to 90,000 specimens per month for initial HIV-1 ELISA screening from approximately 1300 submitting activities (SA), of which not more than one (1) percent will require confirmatory or supplemental testing. Additionally, the Government estimates the Contractor may receive approximately 8,000 confirmation specimens annually, from DoD Blood Donor Programs. In the event of troop mobilization (i.e., war or national emergency), the Contractor may be required to provide additional pick-ups of specimen daily. In such cases, the Contractor will be given, at minimum, a twenty-four (24) hour telephonic notice. This provision may be utilized when warranted by events deemed essential for military readiness. The Contractor shall provide secure electronic communications using Health Level 7 protocol to receive test orders and transmit results to/from the Government. For the initial HIV-1 ELISA, the resultant contractor shall provide 8 hour Turn around time from time of specimen receipt. Additionally, the resultant Contractor shall maintain facilities, automated data processing services and data transmissions at a C-2 security level of trust. C-2 security requirements are found in the National Security Agency (NSA) Orange Book (CSC-SD-001-83, DoD Trusted Computer System Evaluation Criteria). The Contractor shall be available by toll-free telephone twenty-four (24) hours per day, seven (7) days per week, to assist Government staff in tracking shipments; modifying requests; obtaining information; troubleshooting data transmission errors; interpreting error codes; and maintaining established links between systems. The Contractor shall hold all legally required licenses and accreditations in accordance with Federal statutes and implementing regulations and those of the state in which its laboratory is located. At a minimum, the Contractor must be registered, licensed, and/or accredited by the following organizations: (1)CLIA License for High Complexity Testing; (2) FDA License; (3) CAP Accreditation Number; and (4) CDC Permit to Import/Transfer Etiologic Agents. The period of performance for the resultant contract will be 01 October 2007 through 30 September 2008 with four one-year option provisions. A Firm Fixed Price, Indefinite Delivery/Indefinite Quantity type contract is anticipated. The Government intends to use the policies contained in FAR part 12, Acquisition of Commercial Items, in its resultant contract for the services described herein. The NAICS code for this acquisition is 621511 and the standard is $12.5 Million. Offerors possessing the requisite skills, resources and capabilities necessary to perform the stated requirement are invited to respond to this market research survey/source sought synopsis via the submission of an executive summary, no more than two (2) pages in length. The submission should include the following information: (1) company name, address, point of contact with corresponding phone number and e-mail address; and business size; and (2) relevant past performance information. Relevant past performance is defined as past performance (within the past five years) that is of the same or similar scope (Performing HIV testing services), of the same or similar magnitude (Performing services of a test quantity volume comparable to the test quantity volume of the stated requirement), and of the same or similar complexity (Numbers, size, and varieties of clients supported, i.e. 1300 activities worldwide) to that which is described herein. This relevant past performance information should identify the applicable contract number; total contract dollar amount; contract period of performance; details of the relevant services provided to include a brief description of the testing services performed, the test quantity volume, number of clients/activities supported and the location of those clients/activities; and a customer point of contact with corresponding telephone number and e-mail address. All submissions are required to be submitted via e-mail to mary.mezzatesta@navy.mil no later 4:00pm (local time/Philadelphia, PA) on 25 January 2007. Please direct any questions concerning this sources sought synopsis to Mary Mezzatesta at 215-697-9691. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JAN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 18-APR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N00189-07-Q-Z014/listing.html)
 
Record
SN01276494-F 20070420/070418223741 (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 |
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.