The Naval Medical Logistics Command (NMLC) is seeking sources to provide non-personal services of Newborn Screening to the patients at Naval Medical Center San Diego, Naval Hospital Camp Pendleton, Naval Hospital Twentynine Palms, Naval Hospital Jacksonville, Naval Hospital Pensacola, United States Naval Hospital Guantanamo Bay Cuba, Naval Medical Center Lejeune, Naval Medical Center Portsmouth, Naval Hospital Bremerton, Naval Health Clinic Oak Harbor, United States Naval Hospital Naples Italy, United States Naval Hospital Sigonella Italy, United States Naval Hospital Rota Spain, United States Naval Hospital Guam, United States Naval Hospital Yokosuka, Japan, United States Naval Hospital Okinawa Japan, United States Naval Hospital Guantanamo Bay, Cuba and Branch Health Clinic Bahrain. The Government is seeking sources that can meet all of the following requirements:
If capable sources are not identified through this notice, then NMLC intends to award seven sole source contracts under the authority of FAR 6.302-1 to Genetic Disease Screening Program, California Department of Public Health (California), Newborn Screening Program, Florida Department of Health (Florida), Newborn Screening Program, North Carolina Department of Health and Human Services (North Carolina), Newborn Screening Program, Virginia Department of General Services (Virginia), Washington State Newborn Screening Program, Washington State Department of Health (Washington), Newborn Screening Laboratory, Maryland Department of Health and Mental Hygiene (Maryland) and Northwest Regional Newborn Screening Program (Oregon) to provide the described requirement to the Military Treatment Facilities located within the cognizant state or region with each state executing its own Newborn Screening Program’s requirements, guidelines, and screened conditions panel.
This sources sought notice is not a request for competitive proposals and no solicitation document exists for the requirement. Sources interested in responding to this notice are required to submit a capability statement that includes management, technical data and cost information, in sufficient detail and with convincing evidence that clearly demonstrates the capability to perform the required work. Capability statements shall not exceed 5 (8.5 x 11 inch) pages using a font size no smaller than 10-point. All capability statements received by the due date of this notice will be considered by the Government. A request for documentation or additional information will not be considered as an affirmative response. A determination by the Government not to compete based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement or to proceed with the sole source contracts.
Capability statements are due by 2:00 PM Local Time, April 08, 2020. Capability statements shall be submitted by e-mail ONLY as a Microsoft Word or Adobe PDF attachment to the following addresses: [email protected] and [email protected].