Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 04, 2022 SAM #7370
SOURCES SOUGHT

99 -- USDA COVID Testing

Notice Date
2/2/2022 6:51:11 AM
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
FPAC BUS CNTR-ACQ DIV WASHINGTON DC 20250 USA
 
ZIP Code
20250
 
Solicitation Number
5001
 
Response Due
2/7/2022 9:00:00 AM
 
Point of Contact
Craig Harper
 
E-Mail Address
craig.harper@usda.gov
(craig.harper@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY.� No Solicitation is currently available. All information contained in this Sources Sought Announcement is preliminary, as well as subject to modification, and is in no way binding on the Government.� The Government will not pay for any information submitted in response to this request.� The information requested will be used solely within the Department of Agriculture (USDA) to facilitate market research and acquisition strategy and will not be disclosed outside of the Government.� The determination of a procurement strategy, based upon the comments submitted in response to this Sources Sought Announcement, is solely within the discretion of the Government. The applicable North American Industry Classification System (NAICS) Code is 621511 Medical Laboratories.� The small business size standard is $35 million. Potential Offerors must be registered in the System for Award Management (SAM) to be eligible for an award SAM.gov | Entity Registrations. ��Potential Offerors must also have a current Online Representations and Certification Application on file with SAM. Not responding to this notice does not preclude participation in any future request for quotes/bids/proposals issued.� It is anticipated that, upon receipt and consideration of the information requested, an acquisition strategy will be developed.� If a solicitation is released, it will be posted on this government-wide point of entry (GPE) site.� It is the responsibility of potential offerors to monitor the GPE for additional information pertaining to this requirement.� Description of Services The United States Department of Agriculture is adopting a testing policy to safeguard the health and well-being of its employees, their families, and the communities we serve from COVID-19. In an effort to maintain a safe and healthy workplace and workforce, USDA plans to implement routine testing as an effective method of identifying and addressing the risk of COVID-19 transmission. USDA�s COVID screening testing program is anticipated to be used by a subset of USDA employees who perform work at a USDA worksite and/or routinely interact with the public.� The screening testing program will require employee testing at least once a week for every week the employee will interact with others in a work capacity, in-person.� Additional testing for employees may also be implemented to address unique testing needs for specific roles or functions unique to USDA, specific situations and/or for diagnostic testing when a workplace exposure occurs; this testing would not be routine, would be scheduled as needed and is estimated to account for 20% of USDA�s COVID testing need. USDA requires employees to be tested for SARS-CoV-2 primarily with rapid antigen tests, with nucleic acid amplification tests (NAAT) polymerase chain reaction (PCR) as a backup if supply of rapid antigen tests becomes limited.� All tests must be authorized by the Food and Drug Administration to detect current infection. Testing must adhere to current CDC COVID testing standards. USDA intends to acquire the commercial services of a testing provider, who shall have the capability to provide �at home� COVID-19 Rapid Antigen kits and NAAT PCR testing kits. Certified observers supplied by the testing provider will supervise the testing process virtually, confirming employee identity, overseeing proper sample collection, and authenticating results during a telehealth visit. A mechanism for employee scheduling and confirmation of recurring and ad-hoc COVID testing appointments shall be provided by the testing provider. Test results will be provided securely by the testing provider to the employee who was tested and to the agency. The Government requests that interested parties provide the following capability information to the Contracting Officer, Craig Harper by e-mail craig.harper@usda.gov by 11:00 am Central Standard Time. February 7, 2022: Business Size (Large/Small) Business Socio-Economic Status (SDB, SDVOSB, WOSB, 8(a), HUB-Zone, etc.) SAM record DUNS number Ability and experience in managing projects similar to the description of services listed above. Include general information and technical background describing your firm's experience on contracts requiring similar efforts to meet the program objectives. Available Testing Capacity, including number of testing appointments available during business hours (to be specified by respondent); days/hours during which testing would be limited or unavailable; and international availability of testing (for individuals on work travel). Identify any ordering requirements or specifications the government should be aware of (e.g., minimum quantities, bulk ordering discounts, etc.) Anticipated subcontractors (if any) List of Projects (Government and Commercial) that are similar in scope and size. Interested parties shall submit a capabilities statement no more than 5 single-sided, type-written pages using 12-point font or larger. Published literature may be any number of pages. This sources sought is not to be construed as a commitment by the Government.� No evaluation and/or results will be issued to respondents, and no contract will be awarded as a result of this Sources Sought announcement; it is solely for informational, market research and acquisition planning purposes.���
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1bfea04234d54e2681e7aea5c2c2e806/view)
 
Record
SN06231876-F 20220204/220202230104 (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.