

Rapid COVID-19 Testing _ Follow On
Process Number DCR-2021-COVIDTestingFollowOn

Dates:
DCR-2021-COVIDTestingFollowOn
Department/Ind. Agency:HOMELAND SECURITY, DEPARTMENT OF
Sub-tier:HOMELAND SECURITY, DEPARTMENT OF
Sub Command:DETENTION COMPLIANCE AND REMOVALS
Office:DETENTION COMPLIANCE AND REMOVALS
General Information:
(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
Updated Published Date:(UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
Original Published Date:2021-11-01 09:34:00
Original Response Date:Nov 05, 2021 09:00 am EDT
Inactive Policy:15 days after response date
Original Inactive Date:Nov 20, 2021
Initiative:- None***--***
Classification:
Total Small Business Set-Aside (FAR 19.5)
Product Service Code:6640 - LABORATORY EQUIPMENT AND SUPPLIES
NAICS Code:423450 - Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
Description:
This is a follow-on Request for Information (RFI) to DCR-2021-COVIDTesting for rapid RT-PCR molecular and antigen SARS-CoV-2 platform tests, controls, and instruments that are authorized for use at point-of-care at U.S. Immigration & Customs Enforcement (ICE) Health Service Corps (IHSC) and Enforcement and Removal Operations (ERO) facility locations, as further defined in the attached Draft Statement of Work (SOW). As part of its market research, DHS is issuing this follow-on RFI to determine the estimated number of interested vendors capable of the scope of the requirement in the Draft SOW. The Government may use the responses to this follow-on RFI for information and planning purposes. The Draft SOW describes only the currently contemplated possible scope of services and is subject to change in the final SOW. By posting this follow-on RFI and draft evaluation approach for the Rapid COVID-19 Testing, U.S. Immigrations and Customs Enforcement’s (ICE) hopes to: shorten the time-to-award, thereby delivering capabilities to customers faster; encourage competition by providing interested vendors with an improved understanding of the goals and objectives for the procurement; and increase the likelihood of a successful outcome by refining evaluation techniques to identify the most qualified contractors. Acquisition Strategy The acquisition strategy is still under development and is not finalized. The Government is contemplating an open market, small business set-aside multiple-award Indefinite Delivery Indefinite Quantity (IDIQ). The acquisition strategy will be partially dependent upon the solutions/alternatives presented as a result of this follow-on RFI. If you have any comments on acquisition strategy, please include it in your response. Background ERO and IHSC have a continued requirement to acquire rapid RT-PCR molecular and antigen test kits, control kits and instrument by allowing for fast diagnosis at IHSC and ERO CONUS facility locations. The required PCR molecular and antigen tests are rapid (30 minutes or less), instrument-based isothermal test for the qualitative detection and diagnosis of SARS-CoV2 from nasal, nasopharyngeal and throat swabs. The tests have a small footprint and easy to use graphical user interface for convenience within a busy hospital or near patient testing environments. The rapid PCR molecular and antigen tests are intended for use by medical professionals or trained operators who are proficient in performing tests. Responses Prospective contractors who are qualified to provide these services 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 Please use the attached excel worksheet to state your comments to the SOW and Draft Evaluation Approach (if any) and state the appropriate section. 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 9:00 a.m., EST, November 5, 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.
Attachments / Links:
Document | Size | Updated date | Download |
---|
Contact Information:
801 I ST NW RM 900
WASHINGTON , DC 20536
USA
Primary Point of Contacts:Shereen Demarais
Secondary Point of Contact:Brittany Tobias