Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2007 FBO #1906
MODIFICATION

Q -- Centralized Newborn Screening Services

Notice Date
2/12/2007
 
Notice Type
Modification
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Defense Logistics Agency, Logistics Operations, Defense Supply Center Philadelphia - Medical, 700 Robbins Avenue, Philadelphia, PA, 19111-5096, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
SPM2D1-07-R-0002
 
Description
The subject synopsis is being amended to change the estimated date for release of the soliciation to March 2007. In addition, the Newborn Screening Specimen Kit and all processes associated with the procurement must be Food and Drug Administration (FDA) approved. The Defense Supply Center Philadelphia (DSCP) is seeking proposals from contractors interested in entering into a Firm-Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) Performance Based Service Contract (s) to support a Centralized Department of Defense (DOD) Newborn Screening Program (NSP) that uses tandem mass spectrometry for the detection of a core set of inherited, metabolic disorders and a panel of supplementary screening tests for additional disorders as recommended in the Uniform Condition Panel recommended by the American College of Medical Genetics. A list of disorders is attached. This procurement will encompass the following services for each newborn: 1. Provision of specimen collection kits 2. Timely transport of collected specimens 3. Accurate and timely laboratory testing of specimens 4. Accurate and timely interpretation of test results 5. Accurate and timely, comprehensive reporting/communication of results 6. Data management 7. Technical assistance 8. Clinic consultation to laboratory and clinical staff within the Military Health Care System 9. Follow-up services. The successful vendor will also be required to provide a board certified Genetic Counselor for consultative services to referring physicians. Furthermore, prior to ordering under any forthcoming contract and throughout the life of the procurement the contractor shall provide Medical Treatment Facilities (MTF) staff with training, education and technical assistance regarding proper sample collection process, sample shipment preparation and packaging, logistical coordination for sample processing, and physician education. As detailed above this procurement initiative includes a specimen collection kit. The costs for the services identified above will be included in the price per unit of the test kits. Vendors will be required to provide a total delivered price for the five (5) year period of the contract. Total delivered price is defined as the total cost of the supply/service inclusive of transportation and reporting costs. The successful vendors pricing will be loaded into the DSCP Medical Electronic Catalog (ECAT). This solicitation applies to MTF worldwide. The Continental United States (CONUS) customer base includes facilities located in the 48 contiguous states and the District of Columbia. The Outside Continental United States (OCONUS) customer base will include facilities located outside the Continental United States, including Hawaii and Alaska. This will be a Best Value Source Selection acquisition in which technical merit is considered more important than price. Award will be made to a maximum of (2) two vendors. One vendor will be responsible for servicing CONUS MTFs and one vendor will service OCONUS MTFs. However, as a result of the evaluation one award may be made to a vendor to serve both the CONUS and OCONUS regions. Therefore, vendors may submit proposals to service both CONUS and OCONUS regions individually or collectively. Vendors must comply with the requirements outlined in the forthcoming solicitation in order to be considered acceptable. All Purchase Order, Purchase Order Confirmation, and Invoice transactions under this contract are required to be electronic. Each vendor will be required to use ECAT system to electronically receive 850-Purchase Orders, the 810- Order Confirmation and transmit 855-payment. There are two (2) communication options available for ECAT; Web Supplier Interface and American National Standard Institute (ANSI) X 12 EDI Supplier Order Management. Vendors must have the capability of using this eCommerce system. Vendors will be required to successfully complete system testing prior to receiving an award under this solicitation. Any resultant contract will have a one (1) year base period with four (4) one year unilateral option periods. This procurement has an estimated dollar value of approximately $11 million for the CONUS region and $2 million for the OCONUS region over the 5 year contract period. Solicitation SPM2D1-07-R-0002 is expected to be issued March 2007 and can be found on the DLA Procurement Gateway at http://progate.daps.dla.mil/home/ Point of Contact is John Mahoney, DSCP-FSCA, 215-737-3906 or email john.mahoney@dla.mil. The solicitation may not become available until the solicitation issue date.
 
Place of Performance
Address: Various, , CONUS and/or OCONUS
Zip Code: 00000
Country: UNITED STATES
 
Record
SN01230285-W 20070214/070212220120 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.