Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2005 FBO #1441
SOLICITATION NOTICE

R -- Services to support the Armed Forces Institute of Pathology (AFIP) in support of its dover Mortary mission and forsenic investigations; data collection, research, analysis, and case materials accessioning, of war casualties.

Notice Date
11/4/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
US Army Medical Research Acquisition Activity, ATTN: MCMR-AAA, 820 Chandler Street, Frederick, MD 21702-5014
 
ZIP Code
21702-5014
 
Solicitation Number
W81XWH-PF-5279-0700
 
Response Due
11/21/2005
 
Archive Date
1/20/2006
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Medical Research Acquisition Activity intends to acquire services at the Armed Forces Institute of Pathology (AFIP) in support of its Dover Mortary mission and forsenic investigations; data collection, research, analysis, and case mater ials accessioning, of war casualties. The contract period of performance will be from date of award for a one base period of performance with four one year option periods. This is a combined synopsis/solicitation for commercial services prepared in accord ance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not issued. This is a Request For Quotes (RFQ and the solicitation documentation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 9-45. The Contractor shall be responsible for providing professional, qualified personnel that meet the k nowledge and skills for each staffing requirements listed. A. Histopathology Technologists (2 full-time equivalents). Candidates must possess the following: Successfully completed a program of formal education in Histopathology or related allied health science in addition to appropriate histotechnology subspecialty training as required for certification as a Histotechnician by the American Society of of Clin ical Pathology (ASCP). The minimum program of formal education should be equivalent to a two-year associate degree to include a minimum of 16 semester hours in biological/chemical science and completion of a NAACLS accredited Histotechnology program. Minimum of two years current experience in Histology laboratory. Possess knowledge in routine and complex Histologic techniques. Acquired experience that has provided familiarity with healthcare operations, basic human anatomy and physiology, and requisite knowledge of laboratory procedures, instruments and equipment. Be familiar with a variety of laboratory methods and procedures applicable to the clinical laboratory subspecialty encompassing histotechnology; tissue processing and fixation, decalcification, embedding, microtomy, routine and special stain procedures. Be able to use a range of common laboratory equipment, including but not limited to microscopes, tissue processors, embedding centers, microtomes, analytical balances, computers and laboratory information systems, etc. Possess a thorough knowledge of laboratory accreditation agency standards and requirements applicable to the Histotechnology subspecialty, laboratory safety standards, quality control/quality assurance methods and the handling and processing of surgical and autopsy specimens. Possess current certification as a Histology Technician credentialed by either the American Society of Clinical Pathology (ASCP) or eligibility for certification. (1) TASKS: The Contractor shall provide the services of a Histopathology Technician and shall be responsible for: (a) Performing clinical laboratory diagnostic tests and procedures appropriate to the subspecialty in support of clinician requirements. (b) Receiving, handling and processing a variety of clinical specimens and materials submitted for laboratory testing appropriate to the subspecialty. Determines adequacy of clinical samples and insures specimen integrity is maintained throughout the pre -analytic and analytic process. Accessions samples into the laboratory information system or other applicable records documentation system as required. (c) Independently performing laboratory examinations, tests or procedures appropriate to the clinical subspecialty to include requested procedures in chemistry, hematology, microscopy, immunology, microbiology or immunohematology/blood bank. (d) Completing quality control/quality assurance procedures required to monitor performance of the analytic process, test or metho d, to include routine maintenance of laboratory instruments and equipment related to the method. Responsible for performing all methods, tests and procedures according to Standing Operating Procedures (SOPs) established by the Department within the subspe cialty. (e) Histopatholgy Technologists may be required to select and set up additional diagnostic or quality control procedures and complete other adjustments to instruments or equipment as required based on their technical expertise with the clinical procedure and their knowledge of the subspecialty. (f) Completing documentation requirements for reporting clinical data/laboratory test results within clinically relevant reporting times and inputting results into the information system or other reporting mechanism used by the Department. (g) Meeting all organizational requirements for mandatory annual training and competency assessment, as well as maintaining professional knowledge base/clinical skills through participation in professional societies and organizations, self-directed journa l readings, and attendance at in-service and continuing education programs. (2) PERFORMANCE STANDARDS: (a) Prepare slides within a 24-48 hour time frame in accordance with the College of American Pathologist (CAP) requirements with 98% accuracy. (b) Effectively troubleshoots inconsistencies 100% of the time. (c) Insures quality control consistent with the College of American Pathologist's requirement for CAP Accreditation 95% of the time, including reagents, technical procedures and preventative maintenance. (d) Completes all responses for requested reports with no more than 10 delays, errors or oversights per rating period. (e) Ensures all AFIP Safety regulations are followed 100% of the time. (3) PERFORMANCE HOURS: Scheduled hours as set forth by the Department of Scientific Laboratories (Sci Labs). Shift assignments may be on day, evening or night shifts and on a rotational basis to include weekends, in order to staff operational requiremen ts for laboratory services. The scheduled shift hours are: Days: 0700-1530, Evenings: 1500-2330, Nights: 2300-0730. (4) PERFORMANCE LOCATION: Armed Forces Institute of Pathology, Bldg. 54, Walter Reed Medical Center, Washington, DC 20306. B. Research Assistant (1 Full-time equivalent). Candidate must be professionally qualified, with skills and knowledge to include: Substantive knowledge of epidemiology, principles and methods along with strong knowledge of bio-statistics methods and analysis. Substantive knowledge of Microsoft products and experience using at least one major statistical package. Background in biological sciences preferred. Broad knowledge of military structure and ability to understand command structures and recognize impact on mission accomplishment. Ability to interpret, write, and edit technical, medical information ability to communicate with AFIP staff and employees both orally and in writing Knowledge of medical terminology, anatomy, and physiology. Excellent communication skills and the ability to communicate effectively, orally and in writing. Travel may be required. (1) TASKS: The contractor shall provide services as a junior researcher for the Mortality Surveillance Division whose primary role will be data collection for studies using the Medical Mortality Registry, data coding for subject matter data analysis, and limited data analysis, statistical computing, and statistical graphics. Will work under the direction of Research Associate and other members of the scientific staff. (a) Independently collects relevant medical information on the cause of death on all DoD fatalities from a variety of sources, to include coroners, civilian ME offices, funeral homes, casualty offices and units. (b) Must interact, and coordinate with a host of staff, scientists, investigators, administrative personnel, and intra-extra service/command activity personnel. Must be able to work independently and organize tasks with regard to priority and perform duties efficiently. (c) Assist with collaborations with health researchers and/or health research administrators from other agencies within DoD, HHS, and other government and/or university research centers (35%). (d) Codify data, with supervision, for analytical purposes and interpretations that will focus on the public health research and policy-making needs of DoD (35%). (e) Prepare written communication for peer-reviewed format, as well as inter/intra-agency communication (15%). (f) Give oral presentations at meetings and conferences describing the research being performed (15%). (g) Must adhere to previously established AFIP and AFMES policies and regulations. (h) Travel of short duration may be required for data collection and/or presentations of research findings to the scientific community. (2) PERFORMANCE STANDARDS: (a) Collect data regarding deaths of DoD personnel with an accuracy rate of 98%. Review and recollection of data must result in data that is error-free, 100% accuracy. (b) Data coding for subject matter data analysis must be error-free, 100% accuracy. (c) Written communication prepared with no more than two typographical errors per page. (d) Biostatical analyses and mathematical computations must be error-free, 100% accuracy. (3) PERFORMANCE HOURS: Normal hours of work shall be Monday-Friday, 40 hours per week. (4) PERFORMANCE LOCATION: Armed Forces Institute of Pathology, Annex Building, Rockville, MD 20850. C. Secretary (2 Full-time equivalents). Contractors shall possess as a minimum: Knowledge of the substantive program of the office as they relate to the clerical and administrative functions of the organization. Knowledge of the duties, priorities, commitments, policies, and program goals of the supervisor and staff to perform non-routine assignments such as composing correspondence, preparing reports, etc. Skill in writing, sufficient to prepare responses for managers signature. Knowledge of grammar, spelling, punctuation, required correspondence procedures and formats, and preferred style, tone, etc., of the organization. A qualified typist is required.Skill in operating an electronic typewriter, word processor, microcomputer or computer terminal; dictation equipment, and skill in operating related equipment such as printers and modems, as required. Knowledge of the capabilities and limitations of various software packages e.g. Microsoft Office to create, update, edit, and revise a wide range of documents, automated records, databases, etc. (1) TASKS: The contractor shall provide secretarial services, and is responsible for performing clerical and administrative support functions to support forensic investigations. Decisions are based on a knowledge of the procedural requirements of the wo rk coupled with an awareness of the specific function and staff assignments of the office. The Department/Division manager issues work assignments in terms of general instructions and desired results. The contractor plans and carries out duties independe ntly. Completed work is evaluated for adequacy, appropriateness, and conformance to established policy. (a) Receives and screens calls/visitors to the office. Refers those not requiring the managers attention to the appropriate action officer. (b) Maintains the managers calendar and schedules appointments and meetings on own initiative based on knowledge of the managers workload and prior commitments. Provides periodic reminders of scheduled appointments and subject matter to be discussed. (c) Arranges meetings and conferences including space, time, staff, agenda background material. Attends conferences/meetings as needed, and takes summary notes. (d) Receives and reviews all incoming correspondence. Determines which should be brought to the attention of t he manager. Prepares replies to general inquiries. (e) Uses office automation systems and various software packages to accomplish work. Assignments include text editing; file creation, maintenance and retrieval; use of message, calendar, and suspense systems, and use of other specialized tools in suppor t of specific functions. Uses knowledge of software utilities and function commands to manipulate text to accomplish formats, revisions, deletions, and additions. Prepares a variety of narrative and statistical material, correspondence, reports, etc., in final form. Uses judgment in selecting spacing; arranging material; and ensuring proper punctuation, grammar , spelling, and capitalization. (f) Reviews all outgoing correspondence for proper format, grammar typographical accuracy, proper coordination, attachments etc. Ensures that all corrections are made pricr to signature. Maintains suspense log on incoming actions. (g) Provides guidance on clerical and administrative policies and procedures. Establishes, reviews, and disposes of-files in accordance with governing regulations. (h) Assembles background material as requested. Prepares periodic or special one-of-a-kind statistical, graphic, and narrative reports of program activities by extracting relevant data from office records and files. (i) Makes travel arrangements for department personnel, to include preparing travel orders, making transportation/hotel/car rental reservations, preparing itineraries, and submitting travel vouchers for payment. (2) PERFORMANCE STANDARDS: (a) Phone messages and call-back numbers must be recorded with 95% accuracy and delivered to the correct person 100% of the time. (b) Maintain appointment schedules with 95% accuracy and provide reminders of appointments 100% of the time. (c) Written correspondence prepared with 98% accuracy. Review and correction must be with 100% accuracy after the first review. Correspondence must always be in the proper format. (d) Suspense logs must be maintained with 100% accuracy. (3) PERFORMANCE HOURS: Normal hours of work shall be Monday-Friday, 40 hours per week. (4) PERFORMANCE LOCATION: Armed Forces Institute of Pathology, Annex Building, Rockville, MD 20850. D. Data Entry Clerk/Typist (1 Full-time equivalent). Contractor shall possess as a minimum: A high school diploma or have completed a GED, skill of a fully qualified typist, knowledge of English grammar, spelling, and punctuation required to type a variety of material accurately. Working knowledge of wordprocessing or computer data entry experience. Good communication skills and the ability to communicate effectively, orally and in writing. Knowledge of specialized coding and proofing symbols and publications formatting procedures to type a variety of material such as pamphlets, regulations, technical manuals and brochures in camera readuy form for publication. Knowledge of the operation and use of dictation equipment. Knowledge of the full range of copy preparation rules, procedures, keyboard commands, photocomposition coding systems, and editorial marking symbols in order to operate special equipment features. As required by the particular office, operates various office equipment, such as calculators, duplicators or copying equipment. (1) TASKS: Contractor shall provide services as a Clerk Typist/Data Entry Clerk. The work involves several related steps including editing, coding, typing and proofing copy with an emphasis on accuracy. Instructions are provided on priorities concerni ng categories of assignments along with general instructions on limitations, deadlines, and how the work is to be completed. The contractor works independently in carrying out the usual run of assignments. Further instructions are provided when unusual a ssignments present problems, call for deviations from established procedures or otherwise require specific instructions. Completed work is usually spot checked for compliance with procedures of the office, appearance, completeness, and typographical accuracy. When the work is unusual, it is also spot checked for adherence to specific instructions provided. (a) Guidelines for formatting and marking copy and equipment operation are available. The employee uses judgment in locating, selecting and applying the best alternative among those provided in the guides. Situations requiring significant deviation from established guides are referred to the supervisor. (b) Operates specialized automated typing or word processing equipment to type documents in camera ready form for publication. Receives and reviews a wide variety of rough copy drafts of material to be published as pamphlets, regulations, technical manua ls, brochures and newsletters. Determines extent of layout required in terms of format, spacing, headings, subheadings, type style, illustration space etc. Obtains clarification from originator as required. (c) Types copy from magnetic or digital recordable media (dictation equipment). (d) Types copy into specialized automated equipment utilizing the full range of copy preparation keys, codes, proofing symbols, functions and applications to produce a camera ready product. Corrects grammar, spelling and punctuation as needed. (e) Performs operator care of equipment. Maintains logs and records of work requests. (2) PERFORMANCE STANDARDS: (a) Typing and word processing must be performed with no more that 1 error per page. Review and correction must be performed at 100% accuracy following first review. (b) Work must always comply with directed formatting and specific instructions. (c) Must meet 98% of all suspenses/deadlines. (3) PERFORMANCE HOURS: Normal hours of work shall be Monday-Friday, 40 hours per week. (4) PERFORMANCE LOCATION: Armed Forces Institute of Pathology, Annex Building, Rockville, MD 20850. 4. PERIOD OF PERFORMANCE. One year from date of award with four one year optional periods of performance. 5. Contract Line Items (CLINS): Base Year  0001 All personnel costs anticipated for that period and other direct costs; Option I 0002 All personnel costs anticipated for that period and other direct costs; Option II 0003 All personnel costs anticipated f or that period and other direct costs; Option III 0004 All personnel costs anticipated for that period and other direct costs and Option IV 0005 all personnel costs anticipated for that period and other direct costs. Offerors must accept Government Credit for payment. This is not a set-aside for small businesses. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous, representing the best value to the Government price and other factors considered. The following factors will be used to evaluate offers: (1) Personnel qualification and experience of same or similar work; (2) Past Performance and Experience with similar contracts of this magnitude; (3) technical capabilities; vendor must demonstrate a proven track record of recruiting and retaining personnel in the same or substanitially similar discipline required under this SOW; (4) Management approach: vendor must demonstrate an understanding of the missions, technical requirements. Each offeror must (1) submit an offer, (2) submit a technical proposal that addresses the evaluation criteria . To evaluation evaluation criteria #2 vendor must identify all federal, state local or private contrac ts for which the offeror has performed work similar to the SOW in this solicitation. Include contracts within the last two years, including POCs and telephone numbers. This list is due on the established receipt date of proposals. Offerors are reminded to include a completed copy of the provision at 52.212-3 Offeror Representation and Certification-Commercial Items. The following Federal Acquisition Regulation (FAR) clauses are hereby incorporated by reference into this solicitation: FAR 52.212-1, instructions to Offerors-Commercial Items (OCT 1995), FAR 52-212-2 Evaluation-Commercial Items, FAR 52.212-4 Contract Terms a nd Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items. Addition clauses that apply: 52.217-9 Option to Extend the Term of Contract and 52.219-8 Utilization of Small Bu siness Concerns. Proposals are due on 21 November 2005 at 12:00 NOON EST to USAMRAA, 820 Chandler Street, Fort Detrick, 21702-5014. Electronic submission submission is required to POC: Pamela L. Fisher, pam.fisher@det.amedd.army.mil.
 
Place of Performance
Address: US Army Medical Research Acquisition Activity ATTN: MCMR-AAA, 820 Chandler Street Frederick MD
Zip Code: 21702-5014
Country: US
 
Record
SN00926614-W 20051106/051104212139 (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.