Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2006 FBO #1525
SOLICITATION NOTICE

Q -- Blood Testing Services

Notice Date
1/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT PHILADELPHIA, 700 Robbins Avenue, Building 2B, Philadelphia, PA, 19111-5083
 
ZIP Code
19111-5083
 
Solicitation Number
N00140-06-Q-0012
 
Response Due
2/1/2006
 
Archive Date
2/16/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only Request for Quotation; an offer or quote is being requested and a written Request for Quotation will not be issued. This procurement is being conducted as a commercial item acquisition in accordance with FAR Part 12 utilizing the procedures of FAR Part 13. The Request for Quotation (RFQ) number is N00140-06-Q-0012. The provisions and clauses incorporated into this document are those in effect through FAC 2005-07. The NAICS code is 621511. FISC Norfolk Contracting Department Philadelphia Office intends to acquire Blood Testing Services in support of Naval Hospital Great Lakes, Illinois on an unrestricted, full and open competitive basis. Award of a Firm Fixed Price Purchase Order is anticipated. The Performance Work Statement requirements are as follows: The resultant contractor shall maintain and provide to Naval Hospital Great Lakes current and valid Government licenses, permits, and approvals as required under the FDA, CAP/CLIA and AABB to perform the required blood testing services (refer to sections 5 & 6, Licensure and Testing Compliance & Quality Assurance, Books and Records for further details). The resultant contractor shall pick up prospective donor?s/patient?s blood, plasma or other blood component samples from Naval Hospital Great Lakes as requested throughout the week, exclusive of Federal Holidays, for testing at a mutually agreed upon time. Historically, samples have been picked up for testing at a minimum each Monday at 2000 hours with additional pick-up times provided throughout the course of the week as needs permit. The resultant contractor shall notify Naval Hospital, Laboratory Department, Great Lakes, Illinois of any damaged samples, inadequate documentation or other problems. The resultant contractor shall review and reconcile records and report initial test results by fax or other mutually agreed upon method by noon of the day following sample receipt to Naval Hospital Great Lakes. The contractor shall deliver a hard copy of the initial test results to Naval Hospital Great Lakes within 24 hours following sample receipt. The contractor shall report the results on initially reactive samples to Naval Hospital Great Lakes by fax or other mutually agreed upon method within 24 hours after the initial reactive results have been received. The contractor shall report the results on confirmatory or supplemental test to Naval Hospital Great Lakes by fax or other mutually agreed upon method within 10 business days following receipt of repeat reactive results. Historical data provided on the volume of confirmatory or supplemental testing provided from Fiscal Year 2003 to 2005 is provided as follows for informational purposes only and may not reflect actual volume of confirmatory or supplemental testing to be accomplished under the resultant purchase order. The Government does not warrant nor guarantee that the following data will be realized by the Contractor during performance of the resultant purchase order. The historical volume for Fiscal years 2005, 2004, and 2003, respectively, ,is as follows: HbcAB: 90,101,123; HbsAG: 37, 25, 110; HCV: 28, 13, 29; HIV: 16, 19, 12; HTLV 16, 19, 15 ; STS: 6, 7, 13. In event that the contractor is unable to perform testing in a timely manner due to significant equipment, regent or regulatory causes, the contractor shall ship the Naval Hospital Great Lakes samples, at the contractor?s expense, to an acceptable laboratory site of Naval Hospital Great Lakes? choosing. The period of performance for the resultant purchase order will consist of a Base Period commencing 15 February 2006 through 30 September 2006, plus two additional one-year options as follows: Option 1: 01 October 2006 through 30 September 2007; and Option 2: 01 October 2007 through 30 September 2008. The quoter is required to price the following: BASE PERIOD: CLIN 0001: Services to test samples of blood, plasma, or other blood components of prospective donor/patients in support of Naval Hospital Great Lakes, IL as per the Performance Work Statement requirements, 5,600 Each; CLIN 0002: Confirmatory or Supplemental Testing for any positive component of CLIN 0001, 7.5 Months. Tests Include: Chg Code: 532RR, Hepatitis B Surface Antigen (Neut); Chg Code: 533P, Anti-NCV RIBA 3.0; Chg Code: Anti-HIV 1 Western Blot; Chg Code: Anti-HTLV 1/HTLV 2 EIA; Chg Code: Anti-HIV 2 EIA; Chg Code: FTA-ABS; Chg Code: HTLV 1 Western Blot; Chg Code: Donor Antibody Identification. OPTION 1: CLIN 0003: Services to test samples of blood, plasma, or other blood components of prospective donor/patients in support of Naval Hospital Great Lakes, IL as per the Performance Work Statement requirements, 8,500 Each; CLIN 0004: Confirmatory or Supplemental Testing for any positive component of CLIN 0003, 12 Months. Tests Include: Chg Code: 532R, Hepatitis B Surface Antigen (Neut); Chg Code: 533P, Anti-NCV RIBA 3.0; Chg Code: Anti-HIV 1 Western Blot; Chg Code: Anti-HTLV 1/HTLV 2 EIA; Chg Code: Anti-HIV 2 EIA; Chg Code: FTA-ABS; Chg Code: HTLV 1 Western Blot; Chg Code: Donor Antibody Identification. OPTION 2: CLIN 0005: Services to test samples of blood, plasma, or other blood components of prospective donor/patients in support of Naval Hospital Great Lakes, IL as per the Performance Work Statement requirements, 8,500 Each; CLIN 0006: Confirmatory or Supplemental Testing for any positive component of CLIN 0005, 12 Months. Tests Include: Chg Code: 532R, Hepatitis B Surface Antigen (Neut); Chg Code: 533P, Anti-NCV RIBA 3.0; Chg Code: Anti-HIV 1 Western Blot; Chg Code: Anti-HTLV 1/HTLV 2 EIA; Chg Code: Anti-HIV 2 EIA; Chg Code: FTA-ABS; Chg Code: HTLV 1 Western Blot; Chg Code: Donor Antibody Identification. Inspection and Acceptance will be performed at destination by the receiving activity, Naval Hospital Great Lakes. The following FAR provisions and clauses apply to the procurement and are incorporated by reference: FAR 52.212-1 Instructions to Offerors ? Commercial Items (JAN 2006); FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (MAR 2005), FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (SEP 2005); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items (JAN 2006) (a)(1) and (2) and (b) (7) ? (8) and (14)-(20) and (31). The following DFARS provisions and clauses apply to this Request for Quotation and are incorporated by reference: DFARS 252.212-7000 Offeror Representation and Certifications ? Commercial Items (JUN 2005). The Government will award a purchase order resulting from this procurement to the responsible quoter whose offer will be determined most advantageous to the Government, price and other factors considered. The following factor, in addition to price, will be used to evaluate offers ? Past Performance. The quoter shall demonstrate relevant past performance or affirmatively state that it possesses no relevant past performance. Relevant past performance is performance under contracts or efforts (within the past three years) that is of similar scope (requirements set forth in the Performance Work Statement as described above), magnitude (performing services of a dollar value/test quantity comparable to the dollar value/test quantity of the quoter?s offer) and of the same or similar complexity (variety of blood, plasma or blood component samples tested) to that which is described in the RFQ as specified above. To demonstrate its relevant past performance, the quoter shall identify up to three (3) of its most relevant contract or efforts within the last three years, and provide any other information the quoter considers relevant to the requirements of the RFQ. The quoter should provide the following information regarding its past performance: (1) Contract Number(s); (2) Name, phone number, and e-mail address of a point of contact for the government or commercial entity for which the contract was performed; (3) dollar value of the contract; and (4) a detailed description of the work performed. Past Performance is considered more important than price. At a minimum, the quoter should provide this office with the following: a priced offer on letterhead for the requested services with unit prices and extended prices; past performance information; and completed copies of FAR 52.212-3 and DFARS 252.212-7000. The offers shall be sent in hard copy format either via mail to FISC Norfolk Contracting Department, Philadelphia Office, 700 Robbins Avenue, Bldg 2B, Philadelphia, PA 19111-5083, ATTN: Code 280.3A or via facsimile to 215-697-9742 no later than 4:00pm (local time/Philadelphia, PA) on 01 February 2006. Reference RFQ N00140-06-Q-0012.
 
Record
SN00974701-W 20060129/060127212342 (fbodaily.com)
 
Source
FedBizOpps 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.