Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2008 FBO #2404
SOLICITATION NOTICE

66 -- Ocular Testing

Notice Date
6/24/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Court Services and Offender Supervision Agency, D. C. Pre-Trial Services Agency, Finance and Administration, 633 Indiana Avenue, NW, Suite 1120, Washington, District of Columbia, 20004
 
ZIP Code
20004
 
Solicitation Number
PSA-08-00005
 
Archive Date
7/25/2009
 
Point of Contact
Angela M. Simmons,, Phone: (202) 220-5644, Pamela L. Durrett,, Phone: (202) 220-5647
 
E-Mail Address
angela.simmons@csosa.gov, pamela.durrett@csosa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
<h4> 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 number PSA-08-00005 is being issued as a request for proposal (RFP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. The NAICS code for this requirement is 344516 and the small business size standard is 500 employees. This requirement includes line item 001 for the ocular testing equipment; line item 002 for the service and maintenance agreement; and line item 003 for on-site training for PSA employees. The resultant contract will begin October 1, 2008 with four 1 year option periods. </h4> The D.C. Pretrial Services Agency (PSA) is an independent entity within the Court Services and Offender Supervision Agency (CSOSA) in the Executive Branch of the Federal government. PSA has served the District of Columbia for more than 30 years and is widely recognized as a leader in the pretrial field. PSA's mission is to assess, supervise and provide services for defendants, and collaborate with the justice community to assist the courts in making pretrial release decisions. The agency promotes community safety and return to court while honoring the constitutional presumption of innocence. PSA's vision is to thrive as a leader within the justice system by developing an empowered workforce that embodies integrity, excellence, accountability, and innovation in the delivery of the highest quality services. The point of contact for this solicitation is Angela Simmons, (202) 220-5644 or angela.simmons@psa.gov. All questions regarding this solicitation should be submitted to Angela Simmons. Information received from any other source shall not be considered accurate. <h4> </h4> <h4> Scope of Work: PSA has identified Ocular Testing as an alternative method to urinalysis. Ocular devices, a non-evasive optical scan, measure the absolute pupil dynamics to presumptively detect alcohol, drugs, and inhalants. These instruments are used in law enforcement (including police, corrections, parole, and pretrial services), transportation authorities, and for private employment testing. Presumptively, these devices reduce drug testing costs and the time needed to conduct traditional urinalysis testing. </h4> The evaluation will be based on the system's ability to return at least a 95 percent accuracy rate for negative test against urinalysis results for the following substances: cocaine, amphetamines, opiates, PCP, and marijuana. The contractor shall provide Ocular Testing equipment to support and enhance an alternative drug testing method to urinalysis. The vendor shall be able to provide training and 24-hour customer service support to staff to answer any technical questions. The technical requirements and standards for this project are: •1. Ease of use : staff must be able to learn the system functionality after 2-4 hour training period and operate the equipment with no supervision. •2. Timeliness: the system must allow staff to collect and record test results within 5 minutes •3. Test Data : the system must provide data in a format that will be compatible with Pretrial Real Time Information Manager (PRISM) or PSA's current in-house Laboratory Information Management System (LIMS). This could be in the form of an Excel spreadsheet. •4. Accuracy: the system must return at least a 95 percent accuracy rate for negative test against urinalysis results for the following substances: cocaine, amphetamines, opiates, PCP, and marijuana during the evaluation period. •5. Security: the system must include passwords, encryption or other techniques to prevent unauthorized assess to testing information. All test data must be contained in a local database and data must be available to upload into PRISM. •6. Compactness: the system must be compact to utilize minimal space within the Drug Testing and Compliance Unit and/or the Satellite Unit. The agency will consider for further evaluation any device that achieves at least a 95 percent accuracy rate for negative tests compared against urinalysis results for the following substances: cocaine, amphetamines, opiates, PCP, and marijuana. Environment and Tools The following tools and technologies shall be used for this task. Environment •· MS Windows XP Desktops •· MS Windows 2003 Server R2 •· MS Internet Information Server (IIS) 6.0- compatible •· MS SQL Server 2005 •·.NET Framework 2.0 and 3.0-compatible •· Internet Explorer IE 7.0- compatible Tools •· System shall be able to export data to MS Excel 97, 2003, or 2007 in order to create spreadsheets with data uploaded into Ocular system for comparison with results recorded in PRISM. Place of Performance Tasks outlined in this SOW shall be performed at the Government site at the PSA's Headquarters in Washington, DC, or at its Drug Testing and Compliance Unit located at the D.C. Superior Court for the District of Columbia. Federal Acquisition Regulation (FAR) clause 52.212-1, Instructions to Offerors - Commercial, and addendum, applies to this acquisition. FAR 52.212-2, Evaluation - Commercial Items will not apply. Evaluation of proposals will be conducted with a 90-day test period of the actual product being offered at the PSA Headquarters in Washington, DC. The product will be rated acceptable or not acceptable based upon the ability to return at least a 95 percent accuracy rate for negative test against urinalysis results for the following substances: cocaine, amphetamines, opiates, PCP, and marijuana. As space at PSA may be limited, the product will be rated on the compactness of the product and the ease of operation. After a determination of acceptability, the Government will evaluate price and a best value determination will be made to select the product and service that provides the best value to the Government, price and other factors considered. FAR Clause 52-212-3, Offeror's Representations and Certifications - Commercial Items applies to the acquisition. Offerors must include a completed copy of the provision as part of the proposal package or provide a statement that the offeror has completed the provision electronically. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and the following addenda. ADDITIONAL TERMS AND CONDITIONS HSPD 12 REQUIREMENTS: SECURITY REQUIREMENTS FOR CONTRACTOR PERSONNEL: All Contractor personnel utilized under this contract shall submit to a Government background investigation prior to performing work on-site at any CSOSA/PSA facility. The intent and purpose of this investigation is to preclude the assignment of any individual who poses a threat to the Government or successful work completion due to past unlawful or inappropriate behavior. Contractor employees must be U.S. citizens, or be lawfully permitted to reside in the United States and possess a valid work permit. BACKGROUND INVESTIGATIONS: The Contractor shall ensure that a Contractor employee does not begin work under the contract until the appropriate background checks are conducted and approved by the CSOSA/PSA Office of Security. When a preliminary background check on an individual has been determined to be favorable, the Office of Security will issue an interim employment security approval to the Office of Procurement, who in turn will notify the Contractor. Only at that time may the Contractor notify an individual to begin work at a CSOSA/PSA facility. Derogatory information, falsification of any forms or refuses to supply information and/or forms may be considered justification to reject the individual. When an individual is selected for contractual employment, the Contractor shall have the individual complete a background investigation package consisting of the items identified below. The individual is generally provided 10 days to complete and return the forms to the Office of Procurement. The following forms will be provided and must be completed: (1) CSOSA-SEC-0008, Agency Credit Release Form (2) FD 258, "FBI Fingerprint Card" (3) Standard Form 85P, Questionnaire for Public Trust Positions (4) Contractor's Preliminary Background Check Form It is the responsibility of the Contractor, in order to ensure complete coverage for the services specified herein, to maintain an adequate staff of individuals meeting all of the requirements of this contract. To that end, the Contractor should submit the names of additional individuals, so that the requisite preliminary background checks can be conducted. CSOSA/PSA has the right to request any additional information necessary in order to adjudicate the completed background investigation. If a Contractor employee fails to provide any of the above information, or to cooperate with CSOSA/PSA Office of Security, the individual will be removed immediately. Contractor's Responsibility: (1) The Contractor shall ensure that no Contractor employee commences performance prior to completion of the background investigation, unless the Office of Security grants approval. (2) Any individual who has been temporarily removed or resigned may be required to undergo another background investigation before resuming any position. At the discretion of the COTR, the Contractor shall forward the required forms for a reinvestigation to the COTR. Prior to forwarding the forms, the Contractor is responsible for reviewing the forms for completeness. The forms should be forwarded with a cover letter indicating that the forms are for reinvestigation of a current Contractor employee. Government's Responsibility: (1) The Government will conduct a background investigation on all individuals involved in the contract. Derogatory information developed from this investigation may be considered justification to reject the applicant.* The Government also reserves the right to reinvestigate all Contractor personnel working on this contract for any reason. (2) Upon completion of the background investigation, the Office of Security will review the results to determine suitability for the individual. Primary concern in the review process is to decide if the individual's presence in Agency facilities poses a potential risk to CSOSA, the Government, or the general public. * PSA reserves the right to make a suitability determination of all contract employees prior to granting access to PSA facilities or resources. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and the following additional FAR clauses are applicable. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award ( Aug 1996) ( 31 U.S.C. 3553 ). (2) 52.233-4, Applicable Law for Breach of Contract Claim ( Oct 2004 ) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [ Contracting Officer check as appropriate.] _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) ( 41 U.S.C. 253g and 10 U.S.C. 2402 ). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) ( 15 U.S.C. 657a ). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns ( July 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) ( 15 U.S.C. 657a ). __ (4) [Reserved] __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) ( 15 U.S.C. 644 ). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) ( 15 U.S.C. 644 ). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) ( 15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) ( 15 U.S.C. 637(d)(4) ). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) ( 15 U.S.C. 637(a)(14) ). __ (10) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) ( 15 U.S.C. 637(d)(4)(F)(i) ). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns ( Sept 2005 ) ( 10 U.S.C. 2323 ) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323 ). __ (13) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323 ). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) ( 15 U.S.C. 657 f ). __ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) ( 15 U.S.C. 632(a)(2) ). _X_ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) ( 38 U.S.C. 4212 ). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) ( 29 U.S.C. 793 ). _X_ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) ( 38 U.S.C. 4212 ). __ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). __ (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) ( 42 U.S.C. 6962(c)(3)(A)(ii) ). __ (ii) Alternate I (May 2008) of 52.223-9 ( 42 U.S.C. 6962(i)(2)(C) ). __ (26) 52.223-15, Energy Efficiency in Energy-Consuming Products ( Dec 2007 ) ( 42 U.S.C. 8259b ). __ (27)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products ( Dec 2007 ) (E.O. 13423). __ (ii) Alternate I ( Dec 2007 ) of 52.223-16. __ (28) 52.225-1, Buy American Act-Supplies (June 2003) ( 41 U.S.C. 10a-10d ). _X_ (29)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) ( 41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (30) 52.225-5, Trade Agreements ( Nov 2007 ) ( 19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (31) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) ( 42 U.S.C. 5150 ). __ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) ( 42 U.S.C. 5150 ). __ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) ( 41 U.S.C. 255(f), 10 U.S.C. 2307(f) ). __ (35) 52.232-30, Installment Payments for Commercial Items (Oct 1995) ( 41 U.S.C. 255(f), 10 U.S.C. 2307(f) ). _X_ (36) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) ( 31 U.S.C. 3332 ). __ (37) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) ( 31 U.S.C. 3332 ). __ (38) 52.232-36, Payment by Third Party (May 1999) ( 31 U.S.C. 3332 ). _X_ (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) ( 5 U.S.C. 552a ). __ (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) ( 46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631 ). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [ Contracting Officer check as appropriate. ] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) ( 41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Feb 2002) ( 29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) ( 41 U.S.C. 351, et seq. ). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) ( 41 U.S.C. 351, et seq. ). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Aug 2007) ( 31 U.S.C. 5112(p)(1) ). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settelement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.219-8, Utilization of Small Business Concerns (May 2004) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) ( 38 U.S.C. 4212 ). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) ( 29 U.S.C. 793 ). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) ( 41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) ( 22 U.S.C. 7104(g) ). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) ( 41 U.S.C. 351, et seq. ). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) ( 41 U.S.C. 351, et seq. ). (x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) ( 46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631 ). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Alternate I (Feb 2000). As prescribed in 12.301 (b)(4), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or (d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause."
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b4a6dd884a35a685b02e1ecfaa1762a5&tab=core&_cview=1)
 
Place of Performance
Address: 633 Indiana Avenue, NW, Suite 920, Washington, District of Columbia, 20004, United States
Zip Code: 20004
 
Record
SN01599785-W 20080626/080624215911-b4a6dd884a35a685b02e1ecfaa1762a5 (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.