ICE COVID-19 Testing Supplies
ID: COVID-19_TESTING_SUPPLIESType: Sources Sought
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS IMMIGRATION AND CUSTOMS ENFORCEMENTDETENTION COMPLIANCE AND REMOVALSWASHINGTON, DC, 20024, USA
Timeline
    Description

    The Department of Homeland Security, specifically the Immigration and Customs Enforcement (ICE), is seeking suppliers for COVID-19 testing supplies, including rapid molecular and antigen tests, to support its Health Service Corps and Enforcement and Removal Operations. The procurement aims to fulfill the testing needs across 18 ICE facilities, with a monthly requirement of 1,056 rapid molecular tests and 2,700 antigen tests, as detailed in the draft Statement of Work (SOW). This initiative is critical for maintaining health standards within detention facilities, ensuring timely and accurate testing capabilities as part of the government's public health response. Interested vendors should contact Gena Braden at genna.braden@ice.dhs.gov or call 682-218-7283, with responses to the Request for Information due by October 25, 2024.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the estimated requirements for rapid molecular and antigen tests across various facilities managed by the Immigration and Customs Enforcement (ICE) and Enforcement and Removal Operations (ERO). It details the monthly needs for testing at 18 ICE facilities, including locations such as the Alexandria Staging Facility and Houston Processing Center, totaling 1,056 rapid molecular tests and 2,700 antigen tests required monthly. The ERO section lists 17 facilities and indicates an estimated need for a monthly total of 1,008 rapid molecular tests and 270 control kits. Each facility is accompanied by its mailing address for procurement and logistical purposes. The document serves as a preparatory request for proposals or grants related to public health testing capabilities within detention facilities, aiming to streamline testing processes while ensuring adequate supply chains for diagnostic resources. This data underscores the government’s proactive approach to identifying and addressing health testing requirements in detention settings, offering insights into the scale of operations needed to maintain health standards in these facilities.
    The document outlines the Statement of Work (SOW) for acquiring rapid molecular and antigen SARS-CoV-2 testing materials for the ICE Health Service Corps (IHSC) and Enforcement and Removal Operations (ERO). The objective is to procure Abbott brand tests and necessary instruments authorized for point-of-care use. Key specifications include the Abbott ID NOW COVID-19 2.0 Test Kit and associated controls, requiring a 90% accuracy rate within a preferred turnaround time of 15 minutes for antigen tests. The contractor is tasked with delivering and training ICE personnel throughout a planned 10-month base period, plus a 12-month option. Training will occur virtually, with ongoing support and updates to training materials. The SOW includes stringent ordering, delivery, and inventory management protocols, ensuring products remain within a six-month expiration upon delivery. Moreover, the document mandates comprehensive reporting and data management processes to maintain government oversight over inventory. Critical to the contract is the requirement for supply chain resiliency, as the contractor must identify alternative supply sources to mitigate interruptions. Overall, this SOW underscores the government's commitment to efficient COVID-19 testing as public health remains a priority.
    The Department of Homeland Security's Immigration and Customs Enforcement (ICE) is issuing a Request for Information (RFI) to gather market insights on the procurement of COVID-19 tests and related equipment. This RFI aims solely at market research and does not imply any commitment to future solicitation. The necessary products are outlined in a draft Statement of Work (SOW), under NAICS code 325413 for In-Vitro Diagnostic Substance Manufacturing. Respondents are expected to confirm their ability to supply specific brand-name Rapid Molecular and Antigen COVID-19 tests, discuss their capability to manage potential variations in requirements, and describe their ordering processes and supply chain resilience. A rough cost estimate for the quantities requested is also required. Questions must be submitted by October 18, 2024, with responses due by October 25, 2024. The RFI covers essential company information, including registration and socio-economic status. All submissions must adhere to format requirements and should not contain proprietary information. This process signifies ICE's initiative to leverage industry capabilities for better pandemic response management.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    ICE Healthcare Uniforms
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's Immigration and Customs Enforcement (ICE) is seeking information from vendors regarding the supply of healthcare professional uniforms and shoes for personnel operating in detention environments. The procurement includes a requirement for scrub tops, jackets, pants, lab coats, and footwear, with specifications emphasizing solid colors, specific materials, and unisex designs. This initiative is crucial for ensuring that ICE personnel are equipped with appropriate uniforms that meet operational needs across various detention facilities. Interested suppliers must submit their responses by October 21, 2024, detailing their capabilities, product offerings, and cost estimates, and can direct inquiries to primary contact Gena Braden at genna.braden@ice.dhs.gov or secondary contact Brittany Tobias at brittany.tobias@ice.dhs.gov.
    Request for Information - DHS/ICE Dental Digital Radiography Support Services
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Immigration and Customs Enforcement (ICE), is seeking information regarding support services for its dental digital radiography systems through a Request for Information (RFI). The primary objective is to maintain and enhance the MiPACS Dental Enterprise Solution across 14 dental clinics, ensuring compliance with relevant regulations and providing robust IT support, including software updates and system security. This initiative is crucial for improving healthcare delivery for detained immigrants while maintaining high cybersecurity standards. Interested vendors are encouraged to submit their capability statements by October 24, 2024, and can direct inquiries to Kelli Brooks at Kelli.Brooks@associates.ice.dhs.gov or Heather Cauthinn at heather.cauthinn@ice.dhs.gov.
    Sources Sought for Small Businesses - IgE Testing
    Active
    Health And Human Services, Department Of
    The Centers for Disease Control and Prevention (CDC) is conducting market research to identify small businesses capable of performing allergen-specific immunoglobulin E (IgE) testing as part of a future procurement initiative. The selected contractor will be required to analyze IgE levels from approximately 20,000 individuals, focusing on 21 specific allergens, while ensuring compliance with regulatory standards and maintaining participant confidentiality. This testing is crucial for providing national health statistics and insights into allergic diseases, particularly in response to changing environmental factors. Interested small businesses should submit a summary of their capabilities to Michael Gilham at ueh8@cdc.gov by 4 PM Eastern Time on October 21, 2024, as this is not a solicitation for a contract but a request for information.
    Tactical Emergency Medical Service (TEMS) Training for ICE/OFTP
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Immigration and Customs Enforcement (ICE), is seeking qualified vendors to provide Tactical Emergency Medical Service (TEMS) training for its personnel at Fort Moore, Georgia. The procurement aims to secure comprehensive training courses, including Wilderness Emergency Medical Technician certifications, Initial Credentialing Courses, and re-certification programs, all adhering to the National Registry of EMTs standards. This initiative underscores ICE's commitment to enhancing the emergency response capabilities of its Tactical Emergency Medical and Special Response Teams through rigorous training and quality assurance. Interested vendors must respond to the Request for Information (RFI) by October 30, 2024, at 10:00 AM EST, and can direct inquiries to Tony Ross at Tony.Ross@ice.dhs.gov.
    Sources Sought Notice for a Cost-Per-Test (CPT) Agreement to include reagents, instrument/equipment compatible with Hologic’s SARS CoV-2 & Flu A/B reagents at BAMC
    Active
    Dept Of Defense
    The Department of Defense, specifically the Medical Readiness Contracting Office West (MRCO), is seeking potential sources for a Cost-Per-Test (CPT) Agreement to provide reagents and equipment compatible with Hologic’s SARS CoV-2 & Flu A/B reagents for the Brooke Army Medical Center (BAMC) in Fort Cavazos, Texas. The procurement aims to secure a fully automated molecular analyzer capable of processing a high volume of samples efficiently, along with necessary reagents and services to support nucleic acid amplification testing (NAAT) for various bacterial and fungal infections, including Bacterial Vaginosis and Chlamydia trachomatis. This initiative is part of broader public health strategies to enhance disease detection and management, particularly in women's health. Interested vendors should respond with their capabilities and relevant information by contacting Medina L. Woodson at medina.l.woodson.civ@health.mil or Salameya Paulouskaya at salameya.paulouskaya2.civ@health.mil, with the base period of performance expected from June 1, 2025, to September 30, 2025.
    Serological Assays for the detection and characterization of influenza viruses
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services, specifically the Centers for Disease Control and Prevention (CDC), is seeking contractors for the provision of serological assays aimed at detecting and characterizing influenza viruses. This contract encompasses a 12-month base period with four additional 12-month option periods, focusing on testing immunological responses from human samples collected during vaccine effectiveness studies, randomized controlled trials, and outbreak investigations using Hemagglutination Inhibition (HAI) assays. The services are critical for understanding vaccine efficacy and managing influenza outbreaks, with the government supplying necessary standard operating procedures, proficiency panels, and controls to ensure proper assay performance. Interested parties should contact Jennifer Gartzke at jgartzke@cdc.gov or 404-498-0020 for further details, as this opportunity is set aside for small businesses under the SBA guidelines.
    The Navy Medical Readiness Logistics Command Detachment Fort Detrick has a requirement for the Drug Demand Reduction Program, for the initial (screen) immunoassay for the detection of 6-Acetylmorphine Immunoassay Reagent Kits in urine > 10 ng/mL.
    Active
    Dept Of Defense
    The Department of Defense, specifically the Navy Medical Readiness Logistics Command Detachment Fort Detrick, is seeking proposals for the procurement of FDA-approved Immunoassay Reagent Kits designed for the detection of 6-acetylmorphine (6AM) in urine samples. The contract requires vendors to provide reagent kits compatible with Beckman Coulter AU5800 series analyzers, capable of conducting up to 500,000 tests per month over a five-year period, while adhering to stringent FDA and quality management documentation standards. This procurement is critical for the Drug Demand Reduction Program, ensuring accurate and reliable drug testing within the Department of Defense. Interested vendors must submit technical documentation by October 25, 2024, with final quotes due by November 22, 2024. For further inquiries, contact James Berghaier at 215-697-2022 or via email at james.berghaier@navy.mil.
    Nitrile and Vinyl Glove Testing
    Active
    Health And Human Services, Department Of
    The Department of Health and Human Services (HHS) is seeking proposals for laboratory testing services of disposable nitrile and vinyl examination gloves as part of solicitation 75A50324R00016. The primary objective is to conduct biocompatibility testing and statistical sampling to ensure that the gloves meet the necessary ASTM and ISO safety standards, which are critical for protecting healthcare providers and patients from infection risks. This procurement is vital for maintaining the Strategic National Stockpile (SNS) and ensuring the availability of effective personal protective equipment during emergencies. Proposals are due by October 21, 2024, and interested contractors should contact Lawrence McCoy at Lawrence.Mccoy@hhs.gov for further information.
    Request for Proposal (RFP) for Buffalo (Batavia) Service Processing Center
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the U.S. Immigration and Customs Enforcement (ICE), is soliciting proposals for comprehensive detention services at the Buffalo Federal Detention Facility (BFDF) located in Batavia, New York. The procurement aims to secure a contractor capable of managing the detention of approximately 650 adult male and female noncitizens, ensuring compliance with the ICE Performance-Based National Detention Standards (PBNDS) and providing essential services such as legal access, recreation, and medical care. This contract is critical for maintaining safe and humane conditions for detainees while supporting ICE's mission to enforce immigration laws. Interested vendors should contact Natalie Carr at Natalie.Carr@ice.dhs.gov or Andrew Hadden at Andrew.Hadden@ice.dhs.gov for further details, with a new due date for Phase 1 submissions to be announced alongside a Q&A spreadsheet.
    Qiagen Reagents and Consumables
    Active
    Justice, Department Of
    The Department of Justice, specifically the Federal Bureau of Investigation (FBI), is seeking information from potential contractors regarding the supply of Qiagen reagents and consumables for its Laboratory Division’s DNA Casework Unit. This Request for Information (RFI) aims to gather insights on vendor capabilities, pricing structures, and the availability of specific Qiagen kits, such as the EZ1 and QIAsymphony DNA Investigator Kits, which are critical for DNA extraction and sequencing in criminal investigations and missing person cases. The initiative underscores the FBI's commitment to enhancing its forensic science capabilities while adhering to federal procurement regulations. Interested vendors should submit their capability packages to Adelle Bolton at albolton@fbi.gov by the specified deadline, noting that this RFI does not guarantee future contract opportunities.