Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 04, 2020 SAM #6915
SOURCES SOUGHT

Q -- COVID-19 Testing, Dredge Essayons and Dredge Yaquina

Notice Date
11/2/2020 10:06:37 AM
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
US ARMY ENGINEER DISTRICT PORTLAND PORTLAND OR 97204-3495 USA
 
ZIP Code
97204-3495
 
Solicitation Number
W9127N21Q0004
 
Response Due
11/16/2020 10:00:00 AM
 
Archive Date
12/01/2020
 
Point of Contact
Michael E. Saldana, Phone: 5038084608, Mitchell Johnson, Phone: 5038084606
 
E-Mail Address
michael.e.saldana@usace.army.mil, mitchell.j.johnson@usace.army.mil
(michael.e.saldana@usace.army.mil, mitchell.j.johnson@usace.army.mil)
 
Description
COVID-19 TESTING, DREDGE ESSAYONS AND DREDGE YAQUINA U.S. ARMY CORPS OF ENGINEERS, PORTLAND DISTRICT ISSUED: November 2, 2020 RESPONSES DUE: November 16, 2020 at 10:00 AM PDT THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. This notice does not constitute a commitment by the Government.� All information submitted in response to this announcement is voluntary, and the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The proposed NAICS code for this procurement is 621511, Medical Laboratories The size standard: $35M Federal Service Code: Q301, Laboratory Testing Services Location of project: Vessels are anticipated to be in Portland, OR and Seattle, WA The U. S. Army Corps of Engineers (USACE), Portland District, requires regular diagnostic COVID-19 testing for personnel requiring access to the district�s vessels in performance of their official duties.� On-site testing (point-of-care) or delivered test kits for lab analysis are both being considered. �After initial testing, follow-up testing every two weeks may be required. A contract performance period of 16 weeks with the possibility of an extension via pre-priced option for an additional 16 period of performance is anticipated.� Any recommended test must be granted Emergency Use Authorization (EUA) by the Food and Drug Administration (FDA).� State authorized laboratory-developed tests (LDTs) will not be acceptable. Only submissions utilizing diagnostic testing methods will be reviewed, antibody tests will not be considered.� NO AWARD WILL MADE FROM THIS INITIAL NOTICE. THIS IS NOT AN INVITATION FOR BIDS OR REQUEST FOR PROPOSALS. Submission Instructions: Please send responses with the subject heading �COVID-19 Testing, Dredge Essayons and Dredge Yaquina Sources Sought� to Michael Saldana, email address: Michael.E.Saldana@usace.army.mil. CAPABILITY STATEMENT TO SHOW INTEREST AND INTENT: Respondents interested in performing the proposed project as a prime contractor should submit a capability statement for consideration that include the following: A. Offerors' name, address, points of contact with telephone numbers and e-mail addresses. B. DUNS number and CAGE code. C. Firm's small business category and Business Size: Small Business (SB), Small Disadvantaged (SDB), including 8(a) firms, Historically Underutilized Business Zones (HUBZone), Women-Owned Small Business (WOSB), including Economically Disadvantaged Women-Owned Small Business (EDWOSB), and Service-Disabled Veteran-Owned Small business (SDVOSB). D. A Statement of Capability (SOC) stating experience and qualifications held by your firm to perform the testing as described above. This SOC should be a brief description of your company's capabilities and include the testing methodology recommended by your firm (point-of-care or delivered test kits).� If the recommended test has been validated for use for pool testing, and your company believes this situation may warrant it in some capacity, additional information outlining that approach is requested.� Information specific to the test to include: Date EUA was issued by the FDA or last updated (if EUA has been updated include the date your EUA was originally issued as well); and Type of diagnostic test (molecular or antigen); and The test�s Limit of Detection (LoD); and If pool testing is recommended, the test�s percent positive agreement (PPA); and Outline of how testing is conducted: How sample is taken (nasal or throat swab, saliva); How long it takes to receive results (assume processing of up to 100 tests within one day); If follow-up testing is occasionally required; General literature or fact sheets typically provided to patient (if available).� E. Indicate whether your company will perform these services directly or intends to subcontract a portion of the work. If subcontracting, identify the which portions of the work will be performed by a subcontractor.� F. Any other information that would assist in determining your company's capability in performing these services. Responses to the Sources Sought will not be returned. Responders are solely responsible for all expenses associated with responding to this Sources Sought. USACE Portland District will not pay for information received in response to this Sources Sought. Do not submit pricing information in response to this Sources Sought. All responses must be submitted in either Microsoft Word or Adobe PDF format no later than 10:00 AM Pacific Time on Monday, November 16, 2020. Do not include proprietary information in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Point of Contact for small business questions or assistance is the Portland District Deputy for Small Business, Carol McIntyre at 503-808-4602 or Carol.A.Mcintyre@usace.army.mil.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/52a9097a1aff404ca1b61e793f1171a6/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05844068-F 20201104/201102230147 (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.