Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2006 FBO #1719
SOLICITATION NOTICE

Q -- Renal Biopsy Testing

Notice Date
8/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, Air Mobility Command, 60th CONS, 350 Hangar Ave. Bldg 549, Travis AFB, CA, 94535-2632
 
ZIP Code
94535-2632
 
Solicitation Number
Reference-Number-F3Z4536123A800
 
Response Due
8/22/2006
 
Archive Date
9/6/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance 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 be issued. The reference number is F3Z4536123A800; this solicitation is a request for quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-11 and Defense DCN 20060711. This acquisition will be unrestricted; the North American Industry Classification System (NAICS) code is 621511. The business size standard is $11,500,000. The Federal Supply Class (FSC) is Q515. The Standard Industrial Classification (SIC) is 8071. This request for quotation consists of the following items or equal: Item 0001: Qty 16 EA, Services non-personal: to provide emergency renal biopsy testing and test interpretation to include light microscopy (LM), immunofluorescence (IM), and electron microscopy (EM), which cannot be performed in house at David Grant Medical Center. Services must be provided 365 days a year including Federal Holidays IAW performance work statement for the period of 1 OCT 06 through 30 SEP 07. Contact kyle.krieman@travis.af.mil for a copy of the performance work statement. Quotes must remain valid through 10 OCT 06. The following provisions and/or clauses apply to this acquisition. Offerors must comply with all instructions contained in FAR 52.212-1 Instructions to Offerors - Commercial. FAR 52.212-2 Evaluation - Commercial Items; paragraph (a) to this provision is completed as follows: technical capability of the items offered to meet the Governments requirement and price. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items will be incorporated into any resultant Purchase Order by reference. FAR 52.212-5 Contract Terms and Condition Required to Implement Statues or Executive Orders - Commercial Items (Dev). FAR 52.204-7 Central Contractor Registration. FAR 52.222-3 Convict Labor. FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21 Prohibition of Segregated Facilities. FAR 52.222-26 Equal Opportunity. FAR 52.222-36 Affirmative Action for Workers with Disabilities. FAR 52.222-41 Service Contract Act of 1965, Wage Dermination number 94-2069 revision 26 dated 05/24/2006 is incorporated into this solicitation. To obtain a copy of the wage determination contact the POC below. FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for information only; it is not a wage determination, with the following information filled-in: Medical Lab Technician, GS-4 $13.90 per hour. FAR 52.222-44 Fair Labor Standards Act and Service Contract Act, SECURITY REQUIREMENTS: All personnel employed by the contractor in the performance of this contract, or any representative of the contractor entering the governmental installation, shall abide by all security regulations of the installation. Responsible for safeguarding all government property provided for contractor use. At the close of each work day government facilities, equipment and materials shall be secured, lights heat and water turned off and doors and window secured. BASE ACCESS, PASSES AND IDENTIFICATION: The contractor shall obtain personal identification photo passes for all employees and vehicle passes for all contractor and personal vehicles requiring entry onto Travis AFB from Security Forces Pass and Registration, for the duration of the contract. Vehicle registration, proof of insurance and a valid driver?s license must be presented for all vehicles to be registered. During Force Protection Condition (FPCON) of Normal and Alpha, personnel without base issued identification shall be sponsored onto the installation. During FPCON Bravo, Charlie and Delta, personnel without base issued identification shall be physically escorted onto the installation. Contractor shall require a Department of Justice (DOJ) or equivalent (i.e. Avert) background check for all personnel and subcontracting personnel requiring entry onto Travis AFB in performance of this contract. DOJ background check(s) to be initiated no later than 5 days after the contract start date. Continued employment is contingent upon successful completion of the background check. The results of the background checks will be submitted to 60th Security Forces Squadron at 60 SFS/SFOSA, 510 Airlift Drive, Travis AFB, CA 94535, (707) 424-2852 or (707) 424-2952. During Higher FPCON?s (Charlie and Delta) access by Non-Essential Contractors may not be authorized or at least limited. CRIMINAL CONVICTIONS: Only criminal convictions will be considered in determining an applicant?s suitability for employment. Detention and/or arrest without conviction do not constitute valid grounds for employment decisions and cannot play a part in the decision-making process. In determining the applicant?s suitability for employment where the applicant has a criminal conviction on their record, consideration will be given to the specific duties of the position, the number of offenses and circumstances of each, the age of the conviction(s), and the accuracy of the explanation on the application. In instances where information is obtained that would appear to make the candidate a poor risk for hire, Security Forces can provide guidance and a recommendation to the hiring authority. The Fair Credit Reporting Act (FCRA) provides that written notice and the name of the criminal check agency be given to individuals when employment is denied. UNLAWFUL EMPLOYMENT OF ALIENS: U.S.C. Title 8, Subsection 1324: It is unlawful for a person or other entity, to hire, to recruit or refer for a fee, for employment in the United States, an alien, knowing the alien is an unauthorized alien with respect to such employment.? FAR 52.232-18 Availabilty of Funds. FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. FAR 52.233-3 Protest After Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. FAR 52.247-34 FOB Destination. FAR 52.252-2 Clauses Incorporated by Reference, with the following Internet addresses filled-in: http://www.arnet.gov/far and http://farsite.hill.af.mil. FAR 52.252-6 Authorized Deviations in Clauses, with the following filled-in: Defense Federal Acquisition Regulation 48 CFR Chapter 2. FAR 52.253-1 Computer Generated Forms. DFARS 252.204-7004 Alt A, Required Central Contractor Registration. DFARS 252.212-7001, Contract Terms and Conditions (Dev). DFARS 252.225-7001 Buy American Act and Balance of Payments Program. DFARS 252.225-7002 Qualifying Country Sources as Subcontractors. DFARS 252.247-7023 Transportation of Supplies by Sea (Alternate III). DFARS 252.232-7003 Electronic Submission of Payment Request; requests for payments must be submitted electronically through the Wide Area WorkFlow system at https://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Vendors must be actively registered with the Central Contractor Registration (CCR). The CCR website is http://www.ccr.gov. Contractors are asked to submit their TAX ID number with their proposal. Quotes may be transmitted by e-mail or to fax number (707) 424-2712. Quotes must be received at the 60th Contracting Squadron, LGCB flight, no later that 3:00 p.m. PST on 22 August 2006. The point of contact for this solicitation is Kyle Krieman, SSgt, Contract Specialist, (707) 424-7722, kyle.krieman@travis.af.mil. Alternate point of contact is Eric Heaton, Contracting Officer, (707) 424-7664, eric.heaton@travis.af.mil.
 
Place of Performance
Address: Travis AFB, CA
Zip Code: 94535
Country: UNITED STATES
 
Record
SN01110371-W 20060811/060809221237 (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.