Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2005 FBO #1276
SOURCES SOUGHT

Q -- Forensic Drug Testing Laboratory Services

Notice Date
3/11/2005
 
Notice Type
Sources Sought
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
Department of Transportation, Office of the Secretary of Tranportation (OST) Procurement Operations, OST Acquisition Services Division, 400 7th Street SW, Room 5106, Washington, DC, 20590
 
ZIP Code
20590
 
Solicitation Number
Reference-Number-SC2006-1003001-K-0001
 
Response Due
3/18/2005
 
Point of Contact
Tykeithia Williams, Contract Specialist, Phone 202-366-1107, Fax 202-366-8848, - Sherrill King, Contracting Officer, Phone 202-366-9278, Fax 202-366-9848,
 
E-Mail Address
tykeithia.williams@dot.gov, sherrill.king@ost.dot.gov
 
Description
SUMMARY The U.S. Department of Transportation (DOT) Substance Abuse Awareness and Testing Office (SAATO) requires forensic analysis of urine specimens in support of its Drug-Free Workplace Program for Federal employees. The Program is authorized by Executive Order 12564 and the Omnibus Transportation Employee Testing Act of 1991. This Forensic Toxicology Drug Testing Laboratory (FTDTL) Analysis contract will be awarded as a firm-fixed price contract. The estimated period of performance will be from October 1, 2005, through September 30, 2006, with four additional one-year options. The contractor shall be able to perform laboratory functions as outlined in the Department of Health and Human Services (HHS) Mandatory Guidelines for Federal Workplace Drug Testing Programs (Attachment J-1) hereinafter referred to as the HHS Guidelines, the DOT Order 3910.1C Drug and Alcohol-Free Departmental Workplace (Attachment J-2) and the DOT Drug and Alcohol Testing Guide (Attachment J-3). These documents are attached to provide the offeror with background information concerning the DOT Drug and Alcohol Testing Program. The offeror must be fully HHS certified prior to the closing date of the solicitation identified in block 8 of the solicitation document, Standard Form 33. This contract covers testing for all of the operating administrations within the DOT, the Office of the Secretary (OST) and the Office of the Inspector General (OIG). In addition, testing for other Government, State or local agencies may be required under this contract. This may include testing requirements of DOT 49 CFR Part 40. The Contractor shall provide the following: *split specimen collection supplies *single specimen collection supplies (as needed) *laboratory drug screening and confirmation testing of urine specimens *specimen shipment via overnight courier *forensic urinalysis *monthly reports *Transportation and shipping of kits and supplies to collection contractor sites. *Transportation and shipping of collected specimens from collection sites to the contractor’s facility. *Storage and transportation, electronic transmission of results via a method that enables specimen status information and drug test result information to be electronically loaded into DATMIS (DOT customized software system). This information will be disseminated to SAATO. *Expert witnesses, as necessary, in connection with administrative and judicial proceedings. The urine specimens will be collected and forwarded to the laboratory by a separate DOT contractor, hereinafter referred to as the collection contractor. Work shall be performed with contractor personnel and equipment and the contractor will be subject to contract Quality Assurance inspections that are announced and unannounced by DOT. Sources interested in this requirement should provide a description of previous experience performing contracts comparable to these services listed above over the past three years. The description of prior experience must include for each contract number, dollar value, customer, the name, telephone number, and email address of the customer point of contact and a summary level description of the work performed. This synopsis is for information and planning purposes only, is not a notice of a solicitation, and does not constitute a Government agreement to contract. Sources must indicate whether they are a Large Business or Small Business (identify status, if applicable, 8A, Hubzone, Service Disabled Veteran, Woman Owned, etc.) under NAICS code 541380. The Government does not intend to pay for information furnished in response hereto. Responses (an original and one (1) copy) are required by 1:00 P.M. on March 18, 2005 to the attention of TyKeithia Williams, Department of Transportation, Office of the Secretary of Transportation (OST) Procurement Operations, OST Acquisition Services Division, 400 7th Street SW, Room 5106, Washington, DC, 20590. NO PHONE CALLS WILL BE ACCEPTED. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (11-MAR-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 23-MAY-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOT/TASC/TASCASD/Reference-Number-SC2006-1003001-K-0001/listing.html)
 
Record
SN00814136-F 20050525/050523212904 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.