Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 28, 2004 FBO #0792
SOLICITATION NOTICE

Q -- Laboratory Testing Services.

Notice Date
1/26/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP-04-T-0001
 
Response Due
2/4/2004
 
Archive Date
4/4/2004
 
Point of Contact
Linda Duvall, 801-523-4091
 
E-Mail Address
Email your questions to USPFO for Utah
(linda.duvall@ut.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The Utah National Guard is issuing a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes th e only solicitation, quotes are hereby requested. A written solicitation will not be issued. This is issued as a Request for Quote (RFQ), Number DAHA42-04-T-0001, which incorporates provisions and clauses in effect through Federal Acquisition Circular 97 -20. This requirement is for one (1) year from date of award with four (4) option years. Provide pricing for the base year and each option year for the following tests using estimated quantities: BASE YEAR, CLIN 0001, approximately 150 CMP/Lipid Panel te sts at $_____.__ per test; CLIN 0002, approximately 800 CMP/Lipid Panel/Hemogram tests at $____.__ per test; CLIN 0003, approximately 50 CMP/Lipid Panel/Hemogram/UA w/Microscopic tests at $____.__ per test; CLIN 0004, approximately 500 CMP/Lipid Panel/Hemo gram/ PSA/UA w/Microscopic tests at $____.__ per test; CLIN 0005, approximately 60 CMP/Lipid Panel/Hemogram/RPR tests at $_____.__ per test; CLIN 0006, approximately 80 CMP/Lipid Panel/Hemogram/RPR/Hemoglobin Sol tests at $____.__ per test; CLIN 0007, approximat ely 75 Complete Blood Count tests at $____.__ per test; CLIN 0008, 50 RPR tests at $____.__ per test; CLIN 0009, approximately 30 UA w/Microscopic tests at $____.__ per test; CLIN 0010, approximately 20 PSA tests at $____.__ per test; CLIN 0011, approximat ely 100 Hemoglobin Solubility (Sickledex) tests at $____.__ per test; CLIN 0012, approximately 100 PAP Smear tests at $____.__ per test; CLIN 0013, approximately 400 Blood Typing tests at $____.__ per test; CLIN 0014, approximately 15 HCG (Pregnancy) tests at $____.__ per test; CLIN 0015, approximately 250 Panel Nine Drug Screem w/50ng/ml Marijuana and Ethanol tests at $____.__ per test; CLIN 0016, approximately 150 G6PD Quantitative tests at $____.__ per test; CLIN 0017, approximately 100 Chlamydia Gonocu ccus (swab) tests at $____.__ per test. Required tests and quantities will be the same for the next four options years. Offeror??????s must submit pricing for all five years. STATEMENT OF WORK: (A) GENERAL: (1) The vendor must be CLIA certified. (2) Vendor will supply lab test request forms, tubes, specimen cups, slides, and all other necessary laboratory supplies to the Utah National Guard for use on this contract. (2) Re trieval of lab results must be available through the internet. (3) Most of the testing will be done on weekends. (4) Vendor must accept the government purchase card (VISA) for payment. (B) SPECIFIC TASKS: (1) An estimated quantity for each test requir ed will be provided by phone to the vendor approximately 3 days prior to the testing. The oral order will be followed by submission of the Lab Test Request Form indicating the exact number of each test required. (2) Specimens are to be picked up from two locations: UTARNG Medical Command, 17800 Camp Williams Road (Redwood Road), Riverton, Utah. Points of Contact: SGT Chuck F. Jorgenson @ 801-302-5075 or SFC Charus Rackham @ 801-302-5070 and Army Aviation (Airport #2), 7602 South 4470 West, West Jordan, U tah. Point of Contact: SFC Brian Wardle @ 801-816-3435 (3) Routine tests should be reported within 72 hours. Results are to be faxed to SGT Chuck F. Jorgenson @ 801-302-5144. All abnormal lab values are to called into SGT Chuck F. Jorgenson @ 801-302-5074. (C) APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.212-1, Instructions to Offeror--Commercial Items, Addendum paragraph (d) Product Samples - delete in its entirety, paragraph (h) Multiple Awards - delete in its entirety, the government plans to award a single contract resulting from this solicitation; (2) FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, all offerors are to include a completed copy of the representations and certifications with their o ffer (a copy of FAR 52.212-3 in full text is available at www.arnet.gov/far or upon request from this contracting office); (3) FAR 52.212-4, Contract Terms and Conditions--Commercial Items, Addendum add as paragraph (t) FAR 52.217-9, Option to Extend the T erm of the Contract (a) 30 days (c) 36 months; add as paragraph (u) FAR 52.232-19, Availability of Funds for the Next Fiscal Year, one (1) year from date of contract award; (4) DFAR 252.204-7004, Required Central Contractor Registration; (5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders--Commercial Items, the following clauses are applicable and incorporated by reference: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.219-8, Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.219-14, Limitation on Subcontracting; FAR 52.222-21, Prohibition of Segregated F acilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Vete rans of the Vietnam Era; FAR 52.232-33 Payment by Electronic Funds Transfer-- Central Contractor Registration; FAR 52.232-36 Payment by Third Party. (D) EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) technical factors, consideration of technical approach, capabilities to provide serv ices required; (2) past performance, caliber of offeror??????s performance on previous contracts; and (3) total cost or price, total price and cost realism. (E) INSTRUCTIONS: Offers shall include: (1) a cost and technical proposal, (2) FAR 52.212-3 Repres entations and Certifications--Commercial Items, filled in completely, (3) a list of at least three contracts completed or currently in process within the past three years of similar and related work covered by this solicitation to include POC and phone nu mber and (4) provide a copy of CLIA certification. Failure to provide items 1-4 listed above with your offer, may cause your offer to be considered non-responsive. To receive award, the offeror must be registered in the Central Contractor Registration (C CR) database which can be accessed at web site http://www.ccr.gov or call CCR Assistance Center toll free at 1-888-227-2423. Offers shall be submitted NLT 2:00 P.M. local time on February 4, 2004 to USPFO for Utah, Attention Linda Duvall, 12953 South Minu teman Drive, P.O. Box 2000, Draper, Utah 84020-2000, or by fax to 801-523-4843. All offers must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phon e number, fax number, and e-mail address (if available). POC; Linda Duvall, Contracting Officer, 801-523-4091.
 
Place of Performance
Address: UTARNG Medical Command 17800 South Camp Williams Road Riverton UT
Zip Code: 84065
Country: US
 
Record
SN00510099-W 20040128/040126212030 (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.