Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2002 FBO #0200
SOLICITATION NOTICE

Q -- initial screening of newborns at 29 Palms Naval Hospital CA

Notice Date
6/18/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024402T0858
 
Response Due
7/3/2002
 
Archive Date
8/2/2002
 
Point of Contact
Jessica Dunker 619-532-2588 Contract Specialist @619-532-2588
 
Description
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov/ for more information. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6 (this means you must be a small business, quoting the product of a small-business manufacturer); all eligible, responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested with this synopsis. Solicitation number / RFQ N00244-02-T-0858 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-04 and DFAR Change Notices effective through 01/29/02. The standard industrial code is 8071 (NAICS 621511) and the business size standard is $5 million. The agency need is for initial newborn screening of infants born at 29 Palms Naval Hospital CA. This requirement is for a fixed priced contract for a base year and one option year. Line Item 0001: approximately 550 each tests per year; the screening is to include Phenylketonuria (PKU), Cystic Fibrosis (CV), Galactosemia Galactose-1-Phosphateuridyl Transferase (GALT), Hypothyroidism Thyroxine (T4), Thyro id Stimulating Hormone (TSH), Hemoglobinopathies (HB), Biotinidase Deficiency (BIO), Adrenal Hyperplasia (CAH), Carbamoylphosphate Synthetase Deficiency (CPS Def.), Carnitine Palmitoy1 Transferase Deficiency Type 1 (CPT-1), 2, 4 Dienoy-COA Reductase Deficiency, 5-Oxoprolinuria (Pyroglutamic Aciduria), Hyperammonemia Hyperornithinemia Homocitrullinemia Syndrome (HHH), Hyperornithinemia with Gyral Atrophy, Malonic Aciduria, Ornithine Transcarbamylase Deficiency (OTC Deficiency), Cystic Fibrosis, G6PD Deficiency, Hemoglobin S, C & E, MCAD Deficiency, Galactosemia, Glutaric Aciduria Type 1, LCHAD Deficiency. Line Item 0002 is for the same tests and amount, but for the following fiscal year. The statement of work is as follows: Naval Hospital 29 Palms requires the successful detection of phenylketonuria by testing newborns for hyperphenyllalaninemia has as its goal the identificat ion of infants subject to the central nervous system damage (in particular mental retardation) due to excessive levels of phenylalanine. Once identified, harmful CNS effects can be largely avoided by dietary measures, notably semisynthetic diets low in phenylalanine. State laws require PKU testing of infants within 28 days or less prior to hospital discharge regardless of age. Disease caused by lack of phenylalanine hydroxylasc leads to mental retardation if not treated. Additional tests must be performed if indicated to include: Biotinidase Deficiency, Congenital Adrenal Hyperplasia, Cystic Fibrosis, Galactosemia, and Hemoglobinopathy, Hyperthyroidism (T4 and TSH). Our annual requirement is approximately 550 tests. Contractor to provide: 1) Filter paper (Schleicher and Scheull #903) 2) Test requisition forms 3) Contractor provided mailing service 4) Mailout contain ers Contractor responsibilities: 1) Perform testing requirements in accordance with the Guthrie method and must comply with all Laboratory Accreditation and Regulatory Agencies. 2) Provide written report of all testing performed indicating all demographic data provided in the information sheet. 3) Confirm any abnormal test results and provide a final report based on confirmed information. 4) Provide consumable supplies and requisition forms. Monitors level of supplies and maintain a safe level at all times. 29 Palms Responsiblities: 1) Collect samples in accordance with the Contractor standard operating procedures for obtaining a blood blot. 2) Provide patient information to include: patient name, social security number, and date of birth. 3) Will send test requisition and specimen in accordance with mailout procedures by the contractor. The provision at FAR 52.2 12-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5, Material Requirements. FAR 52.232-18, Availability of Funds and 52.232-19 Availability of Funds for the Next Fiscal Year and 52.217-8 Option to Extend Services are included. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING PROVISIONS WITH THEIR PROPOSALS: FAR 52.212-3, Offeror Representation and Certifications - Commercial Items. The government intends to make a single award to the responsible offeror whose offer is the most advantageous to the government considering price and price-related factors. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM, local time on 07-03-02, and will be accepted via fax (619-532-2347) or via e-mail (jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. See Numbered Note #1.
 
Web Link
click here to download a hard copy of the RFQ
(http://www.neco.navy.mil)
 
Record
SN00095581-W 20020620/020618214250 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.