Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2006 FBO #1783
MODIFICATION

Q -- Newborn Screening Program

Notice Date
10/12/2006
 
Notice Type
Modification
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, 89th CONS, 1419 Menoher Drive, Andrews AFB, MD, 20762-6500
 
ZIP Code
20762-6500
 
Solicitation Number
Reference-Number-F1D4526226A400NewbornScreening
 
Response Due
10/18/2006
 
Archive Date
11/1/2006
 
Point of Contact
Tanika Pierce, Contract Manager, Phone (301)981-2309, Fax (301)981-1914, - Antoinette Ingram, Contracting Officer, Phone 301-981-2310, Fax 301-981-1914,
 
E-Mail Address
Tanika.Pierce@andrews.af.mil, Antoinette.Ingram@andrews.af.mil
 
Description
This is a revision to the Combined Synopsis/Solicitation, published on 03 Oct 2006, Reference No. F1D4526226A400NewbornScreening. The following verbiage was changed: From: The Period of performance shall be from date of contract award through 30 Sep 07. To: The Period of Performance shall be from the date of contract award through 30 Sept 07 and four (4) 12-month option periods from 01 Oct -30 Sep. The response date for submission of offers shall not change as a result of this amendment. ----------------------------------------------------------------- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Reference Number F1D4526226A400NewbornScreening is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-04 and DCN 20050621. This is an unrestricted action. Number note 1 is applicable. The NAICS code is 621511 and the business size is $12,500,000.00. This combined synopsis/solicitation contains one line item as follows: Newborn Screening Services. Provide 1200 Newborn Screenings in accordance with the following Performance Work Statement, for a period of one (1) year. Services will be provided at the 79th Medical Group, Malcolm Grow Medical Center, Bldg. 1050 Andrews AFB, MD 20762. PERFORMANCE WORK STATEMENT GENERAL REQUIREMENTS: The contractor shall provide all services, materials and equipment necessary for the service of Pediatric Newborn Screening tests, Malcolm Grow Medical Center Laboratory located at Andrews AFB, MD to ensure dependable and reliable operation of the equipment. The scope of work performed under these specifications includes the furnishing of all supplies, shipping and testing requirements to assure continued operation at their designed efficiency and capacity. THE CONTRACTOR SHALL PERFORM THE FOLLOWING FUNCTIONS: Definition of Service Comprehensive Newborn Screening program (see disorder list) is optimally collected in the immediate newborn period >24-48 hours of life, but can be ordered for a baby or child of any age. 2nd Tier DNA Molecular Analysis: 1. Contractor shall test all samples for the following: a. Biotinidase Deficiency b. Congenital Primary Hypothyroidism c. Galactosemia d. Sickle Cell Hemoglobinopathies e. Medium Chain Acyl Co-A Dehdrogenase Deficiency f. Phenylketonuria g. Cystic Fibrosis h. Congenital Adrenal Hyperplasia i. Glucose-6-Phosphate Dehydrogenase Deficiency 2.Additionally, contractor shall test, upon request, all samples for the following: a. Organic Acid Dissorders b. Fatty Acid Oxidations Disorders c. Amino Acid Disorders d. Other Abnormal Profiles 3. All Reflex DNA testing, RE-screening tests are done at no charge to Malcolm Grow Medical Center. 4.Results Reporting: On-line Results are made available via secured internet access for all screening results. All abnormal results are reported by Board Certified Genetic Counselors. Genetic Counselors also provide education and referral support to health care providers for patients with suspected disease. Abnormal results are communicated by telephone and fax to health care provider 24 hours a day, 7 days a week. Provide report feedback for quality assurance of newborn screening process. Provide state reporting where applicable. Contractor shall notify Malcolm Grow Medical Center of all significant abnormal results. The Contractor shall provide and pay for the transportation of specimens for testing from the Malcolm Grow Medical Center Laboratory daily, Monday through Friday, (Saturday where available) at approximately the same time each day via overnight shipping. The Period of performance shall be from date of contract award through 30 Sep 07. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. Multiple offerors and awards are hereby deleted from this solicitation. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offers whose offer represents the best value in terms of most technically acceptable. The Government will review all offers for completeness. The Government will award a purchase order resulting from this RFQ to the most responsive offer. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. DFARS 252.212-7000 Offeror Representations and Certifications - Commercial Items (Nov 1995); and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Apr 2003) with the quotation. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses under paragraph (b) are applicable: 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sept 2002); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 - Equal Opportunity (Apr 2002); 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36 - Affirmative Action for Workers With Disabilities (Jun 1998); 52.222-37 - Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13 -Restrictions on Certain Foreign Purchases (Jun 2003); and 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor (May 1999). The provision at FAR 52.215-5, Facsimile Proposals applies. Addendum to Paragraph (c), the fax number is (301) 981-1910. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items (June 2003), applies to this acquisition, and specifically the following clauses under paragraph (b) are applicable: 252.225-7001 - Buy American Act and Balance of Payments Program (Apr 2003); 252.232-7003 - Electronic Submission of Payment Requests (Mar 2003); and 252.247-7023 - Transportation of Supplies by Sea, Alternate III (May 2002). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); and 252.204-7004, Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. 52.211-6, Brand Name or Equal. The following DFARS clauses are applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.204-7004, Required Central Contractor Registration and FAR 52.232-18 Availability of Funds. Offerors are required to complete and include a copy of the following provisions with their proposals. FAR 52.212-3, Offeror Representation and Certifications-Commercial Items; DFARS 252.212-7000 (exceeding SAP), Offeror Representations and Certifications-Commercial Items; and DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate. If interested, e-mail, fax or mail your offer to the POC stated herein. Your offer must include the following: (a) Quote (b) completed Representations and Certifications FAR 52.212-3. Quotations must be received no later than 3:00 PM, E.S.T., 18 Oct 2006. All inquiries and concerns must be addressed IN WRITING and faxed or emailed. The Government prefers that all offers are e-mailed to the point-of-contact below with Reference Number F1D4526226A400NewbornScreening and contractors name listed in the subject block. Facsimile proposals will be accepted at 301-981-1910. The Government point-of-contact is Capt Tanika Pierce, 301-981-2309 (Tanika.Pierce@andrews.af.mil).
 
Place of Performance
Address: Malcolm Grow Medical Center, 1050 W. Perimeter Rd, Andrews AFB, MD
Zip Code: 20762
Country: UNITED STATES
 
Record
SN01164586-W 20061014/061012220520 (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.