Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 30, 2021 SAM #7243
SOURCES SOUGHT

66 -- RFI/Sources Sought for Rapid COVID-19 Testing

Notice Date
9/28/2021 9:24:42 AM
 
Notice Type
Sources Sought
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
DETENTION COMPLIANCE AND REMOVALS WASHINGTON DC 20536 USA
 
ZIP Code
20536
 
Solicitation Number
DCR-2021-COVIDTesting
 
Response Due
9/30/2021 11:00:00 AM
 
Archive Date
12/31/2021
 
Point of Contact
Shereen Demarais, Brittany Tobias, Phone: 2028781666
 
E-Mail Address
shereen.demarais@ice.dhs.gov, brittany.tobias@ice.dhs.gov
(shereen.demarais@ice.dhs.gov, brittany.tobias@ice.dhs.gov)
 
Description
Request for Information/Sources Sought This is an RFI (Request for Information)/Sources Sought for rapid COVID-19 testing solutions for �designated U.S. Immigration & Customs Enforcement (ICE) Enforcement and Removal Operations (ERO) detention facilities nationwide.� As part of its market research, ICE is issuing this RFI to determine the estimated number of interested vendors capable of meeting the below minimum requirements.� The Government may use the responses to this RFI for information and planning purposes. The below minimum requirements describe only the currently contemplated possible scope of services and is subject to change in any final SOW/PWS. Background Enforcement and Removal Operations (ERO) mission is to protect the homeland through the arrest and removal of aliens who undermine the safety of our communities and the integrity of our immigration laws. ERO transports removable aliens from point to point and manages aliens in custody or in an alternative to detention program, among other duties. In addition, ICE Health Service Corps (IHSC) provides and arrange for health care services for undocumented immigrated detained by ICE. As ICE�s medical authority for detainee health care, IHSC provides health care delivery and oversight to individuals in ICE custody that may be housed in Service Processing Centers (SPC), Contract Detention Facilities (CDF) and Staging Facilities located throughout the country. ERO and IHSC require rapid COVID-19 testing solutions to continue operations in a safe and efficient manner. Minimum Requirements ICE is requesting capability statements that address how an interested vendor�s products will meet the below minimum requirements for rapid COVID-19 testing solutions: PCR Molecular Test nasal, nasopharyngeal, saliva/spit and throat swabs Turnaround Time: <30 minutes Expected testing inventory capacity per month: no more than 10, 000 tests Expected delivery schedule: Monthly on the same day Test Accuracy Rate: 90% or greater Food and Drug Administration�s Emergency Use Authorized Antigen Test nasal, nasopharyngeal, saliva/spit and throat swabs Turnaround Time: <30 minutes Expected testing inventory capacity per month: no more than 10, 000 tests Expected delivery schedule: Monthly on the same day Test Accuracy Rate: 90% or greater Food and Drug Administration�s Emergency Use Authorized Responses Prospective contractors who are qualified to provide the above tests should provide the following information for ICE�s review: 1. Company name 2. Company address 3. POC information (name, title, phone number, email address, etc.) 4. Company business size 5. Socio-economic status 6. DUNS number 7. Applicable GSA/FSS Schedule and applicable SIN In addition to the capabilities and products of interested firms, ICE requests responses to the following questions: Are machines needed to perform tests? What is the lifecycle of the instruments? If applicable, are control kits/calibration of machines required? What is the instruments repair/replacement protocol? What is the warranty for the machines? Are printers required for the instruments? Does the company provide printers and labelling paper for printers? What is the shelf life of the tests? Do tests have special temperature requirements for storing and/or shipping? Is training offered to utilize the tests? What type and form of training (example, virtual via Teams)? Are there any training limitations in the form of attendance capacity? Do you have an electronic ordering system available? What is your expected delivery time/frame from request of order to delivery? Is tracking identification offered with each shipment? What are potential surge capabilities, if needed? Are there any limitations to surge capabilities? The Government�s requirement is subject to change given many different factors. What flexibilities do you offer in terms of monthly deliveries and increasing or reducing requirements? What are your price points for each test and any associated costs (example, machines, control tests, delivery, etc.)? Are there any discounts offered? How long of a transition time (maximum) would you need?� Provide any additional information on the transition process you may want to share. We are considering including �Program Manager� as a Key Personnel position.� Have you seen other positions included as Key Personnel on other similar federal contracts? Do you intend to submit a response to any expected upcoming solicitation? Acquisition Strategy The acquisition strategy is still under development and is not finalized. The Government is contemplating a multiple-award open market Indefinite Delivery Indefinite Quantity (IDIQ). The acquisition strategy will be partially dependent upon the solutions/alternatives presented as a result of this RFI/sources sought.� If you have any comments on acquisition strategy, please include it in your response. Additional information Interested parties shall submit all requested information and responses electronically to Shereen.Demarais@ice.dhs.gov and Brittany.Tobias@ice.dhs.gov �by 2:00 p.m., EST, September 30, 2021, or sooner.� Please use a length you believe is appropriate, but no more than 10 pages. This RFI is for the purpose of identifying potential sources as part of ICE�s market research. No solicitation exists; therefore, do not request a copy of the solicitation. Responses to this RFI will not be considered quotes. This RFI is issued for information and planning purposes only and does not itself constitute a Request for Quotations (RFQ) or Request for Proposals (RFP). The Government does not intend to issue any award based only on responses to this RFI. All information received in response to this RFI marked �Proprietary� will be protected and handled accordingly. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Responses to the RFI will not be returned.� Responders are solely responsible for all expenses associated with responding to this RFI. ICE will not pay for information received in response to this RFI. There is no commitment by the Government to issue an RFQ, make an award or awards, or to be responsible for any monies expended by industry responses to this RFI. The Government reserves the right to hold one-on-one meetings as a result of responses received from this RFI as part of its market research. Meetings may be held in particular with vendors who provide comprehensive responses to the questions posed.� In addition, there may be a need to seek further clarification from those respondent(s) identified as capable.� This clarification may be requested in the form of brief verbal communication by telephone; written communication; electronic communication; or a request for a presentation of the response. The Government reserves the right to seek additional information from those vendors identified with unique solutions that are determined to be beneficial to the Government. UPDATE 09/28/2021: The RFI has been amended. Please see attached A0001 to the RFI. Please clearly state whether you can provide both types of tests or only one and if you can provide a test that meets the minimum requirements. In addition, when responding to the questions, please ensure the answers are provided for both tests.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b6a68efb853f430d94062c6f2ff0964f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06146944-F 20210930/210930203416 (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.