SOLICITATION NOTICE
Q -- HIV Force Testing in Support of the U.S. Army Medical Command, Army National Guard (ARNG), U.S. Army Reserve (USAR), and U.S. Military Entrance Processing Command (USMEPCOM) - Non-personal Services - Justification and Approval (J&A)
- Notice Date
- 3/25/2015
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2199 Storage Street, Suite 68, Fort Sam Houston, TX 78234-5074
- ZIP Code
- 78234-5074
- Solicitation Number
- W81K04-15-R-0011
- Archive Date
- 2/19/2016
- Point of Contact
- Yesenia C. Rodriguez, 210-221-4179
- E-Mail Address
-
Center for Health Care Contracting
(yesenia.c.rodriguez2.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W81K04-15-D-0006
- Award Date
- 2/27/2015
- Description
- Justification and Approval for W81K04-15-D-0006 - MEDCOM HIV Testing The U.S. Army Health Care Acquisition Activity (HCAA), Center for Health Care Contracting (CHCC), Fort Sam Houston, Texas awarded an indefinite delivery, indefinite quantity contract on a sole source basis to Center for Disease Detection (CDD), 11603 Crosswinds Way, Suite 100, San Antonio TX 78233-6005. The requirement is for non-personal services to provide diagnostic testing services for the detection of antigen and antibodies to Human Immunodeficiency Viruses (HIV). Military components supported include Active Army, U.S. Army Reserves (USAR), Army National Guard (ARNG), Reserve Health Readiness Program (RHRP) and U.S. Military Entrance Processing Command (USMEPCOM). These services are in support of the MEDCOM requirement to perform HIV force testing services; as well as being required under specific circumstances (i.e. pre/post deployment, sexually transmitted disease (STD) contacts, overseas deployment, etc). The contractor shall independently, and not as an agent of the U.S. Government, provide qualified personnel, services, materials, equipment, supplies, information systems, and facilities necessary to perform testing services for the detection of antibodies against and/or antigen of HIV employing Food and Drug Administration (FDA) approved tests, software, testing instruments, and methodologies. The Contractor shall perform initial and repeat reactive screening tests on serum and/or plasma specimens submitted by the Submitting Activities (SA) covered by the scope of this requirement. Screening test(s) shall employ state-of-art U.S. FDA approved fourth generation technology for simultaneous qualitative detection of HIV p24 antigen and antibodies to HIV type 1 (HIV-1 group M and group O) and/or type 2 (HIV-2) in human serum and plasma. The Contractor shall perform an initial test and provide initial negative screening (non-reactive) results for all SAs within 8 hours of specimen receipt at the lab. Additionally, the Contractor shall perform a repeat test in duplicate on all initial quote mark reactive quote mark specimens and report quote mark non-reactive (x2) quote mark results within 18 hours of specimen receipt at the lab. The North American Industry Classification System (NAICS) code is 621511. The indefinite delivery, indefinite delivery contract was awarded with a base period of performance of March 1, 2015 through February 29, 2016 and two (2) 12-month option periods through February 28, 2018. The Contracting Officer is Mr. Gary D. Hankins, (210) 295-4551, email: gary.d.hankins.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-15-R-0011/listing.html)
- Record
- SN03678337-W 20150327/150325234810-ce17fe12491c686636aa91ae09b6c207 (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 |