Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
SOLICITATION NOTICE

Q -- Lab Testing

Notice Date
9/19/2006
 
Notice Type
Solicitation Notice
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, United States Air Force Europe, 31st Contracting Squadron - Aviano, 31st Contracting Squadron (Aviano) Via Pordenone, 33081 Aviano (PN), ., 33081
 
ZIP Code
33081
 
Solicitation Number
F1F4A36234A300
 
Response Due
9/27/2006
 
Archive Date
10/12/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 solicitation is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-12, Defense Change Notice (DCN) 20060808 and Air Force Acquisition Circular (AFAC) 2006-0515, and can be obtained at http://farsite.hill.af.mil/. The NAICS code is 923120. The Bid Schedule shall be for: ITEM NO. 0001: Non-personal recurring services to provide Lab tests to the 31st medical group in accordance with the attached Performance Work Statement (Attachment 2, consisting of 7 pages). THE PRICE WILL BE INSERTED ON THE SCHEDULE (Attachment 1, consisting of 9 pages). The following provisions and clauses apply to this acquisition: FAR 52.204-7 CENTRAL CONTRACTOR REGISTRATION (Oct 2003) FAR 52.212-1 INSTRUCTION TO OFFERORS?COMMERCIAL ITEMS (Jan 2006), FAR 52.212-2 EVALUATION--COMMERCIAL ITEMS (Jan 1999) (a) The Government will select the best overall offer based on a comparative assessment of Price and Past Performance, whereby price may be traded off for past performance. The following factors will be used to evaluate offers (1) Technical Competency (2) Past Performance (3) Price: ADDENDUM to 52.212-2: BASIS FOR AWARD: This is a competitive, best value acquisition for which competing offerors? past performance history will be evaluated on a basis significantly more important than cost or price. This is a Performance Price Tradeoff (PPT) source selection, conducted in accordance with Air Force Federal Acquisition Regulation Supplement (AFFARS) 5315.101-1. By submission of its offer, in accordance with the instructions provided in FAR provision 52.212-1, the offeror accedes to the terms of this contract and all such offers shall be treated equally except for their prices and performance records. In order for an offer to result in an awardable contract, it must meet the technical requirements, conform to all required terms and conditions, to include resume? all certifications verifying conformance with Italian Laws & Regulations specific to this type of service. The evaluation process shall proceed as follows: Technical Competency: The Government?s technical evaluation team shall evaluate each offer by verifying that it contains the relevant proof of accreditation from the College of American Pathologists (CAP) AND Joint Commission on Accreditation of Healthcare Organizations (JCAHO) (Attach certificates to your offer): (1) Only offers rated technically acceptable will be considered for further evaluation. Past Performance Evaluation: In order for the Government team to evaluate this factor, the offeror must return the Past Performance questionnaire, Attachment 3, consisting of 3 pages, which will contain three (3) performance references completed on this form. The performance references will consist of companies for which the offeror has recently performed work. References must be of comparable magnitude and similar in nature to the work required under this solicitation. Past Performance Evaluation will be rated as follows: Exceptional: Indicates that the offeror?s qualifications are clearly superior to that which would normally be found in the international commercial marketplace. The offeror?s past performance record is so fundamentally sound that there is no doubt in the offeror?s ability to perform the requirement. Very Good: Indicates that the offeror?s qualifications are above industry standards that would normally be found in the international commercial marketplace. The offeror?s past performance record presents little doubt of the offeror?s ability to perform the requirement. Satisfactory/Neutral: Based on the offeror?s performance record, some doubt exists that the offeror will successfully perform the required effort or no past performance record is available. .Marginal: Indicates that the offeror?s qualifications are below industry standards that would normally be found in the international commercial marketplace. The offeror?s past performance record presents significant doubt in the offeror?s ability to perform the requirement indicating a medium level of performance risk. Unsatisfactory: Indicates that the offeror?s qualifications are clearly inferior to that which would normally be found in the international commercial marketplace. The offeror?s past performance record is so fundamentally flawed that there is no doubt in the offeror?s inability to perform the requirement indicating a high level of performance risk. Price Evaluation Factor: For award purposes, the offeror will be evaluated on the TOTAL price of all CLIN(S), contained in the Schedule (Attachment 1). All offers must include prices for all line item(s). Failure to include all price(s) will exclude the offer from further consideration for award. Evaluation process: Award will be made to the responsible offeror whose offer constitutes the best value to the Government. Best value will be determined based on an integrated assessment of each quote in terms of Technical Competency, Past Performance and Price. Therefore, subjective judgment by the government is implicit in the evaluation process. Prices/Options: The contracting officer will verify any mathematic extensions of prices submitted and then rank offers by prices, including option prices. An offeror?s proposed price will be determined by multiplying the quantity of months by the proposed monthly rate to confirm the lump sum of each line item. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. The Government intends to award a contract without discussions with respective offerors; however, it reserves the right to conduct discussions, if deemed in its best interest. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jun 2006) COMPLETE AND RETURN ALL REPRESENTATIONS AND CERTIFICATION WITH YOUR QUOTE AND ANNOTATE YOUR DUNN AND BRADSTREET NUMBER; FAR 52.212-4 Contract Terms and Conditions: Commercial Items (Jun 2006), ADDENDUM TO 52.212-4 (k) Taxes. The following applies: FAR 52.229-6 Taxes?Foreign Fixed Price (Jun 2003) and DFARS 252.229-7003 (Jan 2002) (b)(1)(iii) Fiscal Code: 91000190933 is inserted. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (Sep 2005), FAR 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Order - Commercial Items (Jun 2006), 52.214-34 Submission of Offers in the English Language (Apr 1991); 52.216-1 Type of Contract (Apr 1984) (insert Firm-fixed price contract); FAR 52.217-8 Option to Extend Services (Nov 1999) (insert 30 days), FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) ( (a)insert 30 and 60 days (c) insert 5 years); , , FAR 52.225-14 Inconsistency Between English Version and Translation of Contract (Feb 2000); FAR 52.232-18 Availability of Funds (Apr 1984),52.232-23 Assignment of Claims (Jan 1986);52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration (Oct 2003); FAR 52.233-2 Service of Protest (Aug. 1996) ; FAR 52.233-3 Protest After Award (Aug. 1996); FAR 52.237-2 Protection of Government Buildings, Equipment and Vegetation (Apr 1984); FAR 52.237-3 Continuity of Services (Jan 1991); FAR 52.242-15 Stop-Work Order (Aug. 1989); FAR 52.243-1 Changes?Fixed Price (Aug 1987)?Alt. I; FAR 52.245-1 Property Records (Apr 1984); 52.245-4 Government Furnished Property (Short Form) (June 2003); FAR 52.246-4 Inspection of Services?Fixed Price (Aug. 1996); FAR 52.246-25 Limitation of Liability?Services (Feb 1997); FAR 52.252-5 Authorized Deviations in Provisions (Apr 1984), FAR 52.252-6 Authorized Deviation in Clauses (Apr 1984); DFARS 252.201-7000 Contracting Officer?s Representative (Dec 1991); DFARS 252.204-7000 Disclosure of Information (Dec 1991) ; DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992) ; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation); DFARS 252.222-7002 Compliance with Local Labor Laws (Jun 1997); DFARS 252.222-7003 ? Permit from Italian Inspectorate of Labour (Jun 1997); DFARS 252.225-7041 Correspondence in English (Jun 1997); DFARS 252.225-7042 Authorization to Perform (APR 2003) ; DFARS 252.229-7000 Invoices Exclusive of Taxes or Duties (Jun 1997); DFARS 252.229-7001 Tax Relief) (Jun 1997) (insert I.V.A. Tax); DFARS 252.232-7003 Electronic Submission of Payment Requests (May 2006);DFARS 252.232-7008 Assignment of Claims (Overseas) (Jun 1997); DFARS 252.233-7001 Choice of Law (Overseas) (Jun 1997); AFFARS 5352.201-9101 Ombudsman (Aug 2005); 5352.223-9001 Health and Safety on Government Installations (Jun 1997); 5352.225-9004 Submission of Offers in Other than United States Currency (June 2006); 5352.242-9000 Contractor access to Air Force installations (June 2002); Quotes may be e-mailed to SSgt Paul Pullins at paul.pullins@aviano.af.mil or faxed to 011-39-0434-30-8758 ATTN: SSgt Paul Pullins or hand-carried to 31 CONS/LGCB, Via Pordenone, Area 600, Base Aerea di Aviano, 33081 Aviano (PN). Questions or concerns may be directed to SSgt Paul Pullins at 0434-30-7988 or Ms Ornella Bresil at 0434-30-7338. OFFERS MUST ARRIVE IN THIS OFFICE NO LATER THAN 1500 HOURS CENTRAL EUROPEAN TIME (CET) ON 27 SEP 2006. ***NOTE*** Please contact SSgt Paul Pullins (e-mail address above) to receive the 3 Attachements if your interested in quoting.
 
Record
SN01148179-W 20060921/060919220851 (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.