Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 07, 2009 FBO #2630
SOLICITATION NOTICE

Q -- LABORATORY TESTING

Notice Date
2/5/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Louisiana, USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-A-09-0006
 
Response Due
3/3/2009
 
Archive Date
5/2/2009
 
Point of Contact
Patti Woods, 318-290-5988<br />
 
Small Business Set-Aside
Total Small Business
 
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 Louisiana National Guard is seeking a small business to provide all management, labor, material, equipment, certifications and supplies necessary to provide all listed services in a HIPAA, Privacy Act, OSHA & ADA compliant laboratory. Services shall include the following: Lipid Profile, glucose, Serum Qualitative Pregnancy Test, Pap Smears, Prostate Specific Antigen (PSA), Blood Typing, Hepatitis Panel, HbA1c, and G6PD. The services shall be consistent with standards found within AR 40-501. Accomplishment of these services will allow the LAARNG to meet DoD-mandated medical laboratory requirements, and will ensure that members of the LAARNG remain mission ready. The samples will be drawn by credentialed MEDCOM personnel at the Gillis Long Carville, LA and the Camp Beauregard, Pineville, LA MEDCOM sites. The vendor must provide all necessary forms for processing and any required testing supplies. These supplies shall be delivered to both the MEDCOM (GWLC) and MEDCOM Detachment (Camp Beauregard) locations. Distribution of testing supplies will be the responsibility of the Medical Detachment MedLog NCO. The vendor must possess an OSHA-Compliant Laboratory Practice. The vendor must provide the MEDCOM Detachment location in Pineville, LA with either a computer terminal/printer or web-access in order to view lab results. The contractor has established a safety and health program in accordance with the standards of the Federal Occupational Safety and Health Standard (OSHA), Health Information Portability and Accountability Act (HIPPA), and The Privacy Act. This Statement of Work is UNCLASSIFIED and under HIPAA regulations. Contractor shall notify the contracting officer if requirement exists for secret classification and circumstances requiring secret classification for Readiness impact reporting. The contractor shall adopt a quality assurance program that monitors all services being provided. The program must be approved by the LAARNG. Security Requirements: The contractor will comply with all installation security requirements. Contractor status shall be validated at the front gate. The following information must be made available: Valid Company I.D., Valid Drivers License, Proof of Automobile Insurance. The lab results must be received NLT 48 hours after submission of samples. For example, if samples are picked up at 1600 Monday, then the results must be received NLT 1600 Wednesday. On occasion, there will be stat labs (24hr turn around). The vendor must be able to support SRP events as they occur. Weekend pickups will be required. The support may involve such things as additional testing supplies, and the ability to pick-up samples on a daily basis, if required. Contractor will consolidate all laboratory services performed on an individual event basis and submit an invoice to the Louisiana State Surgeons office for certification and payment processing. All work performed, all materials and tasks data to be submitted under this task will be made available to be inspected for compliance with the Scope of Work and accepted by the Contracting Officers Representative (COR). The average labs drawn per month is 100. The Government intends to establish a Blanket Purchase Agreement with a selected vendor. The contract duration will be issued for a period of one-year (to include 4 option years). Contractors must accept the Government Purchase Card for payment. In order to be considered for these services the contractor must have relevant experience, which is defined as a) working as the prime contractor; b) completing or in the process of performing similar services, within the last five (5) years; and c) projects must be of similar scope. All contractors interested in performing these services must submit a written response to this office by email to COL Patti D. Woods, 318-290-5988 or patti.woods@us.army.mil. Alternate is 1LT Chad Travis, 318-290-5981 or chad.travis@us.army.mil not later than 3 March 09, 1100 CST. The responses shall include 1) identification of the appropriate business classification (to include 8(a), HubZone or SDVOSB, or small business (using NAICS code is 621511 @ $12.5 million.), 2) past experience; to include a brief description of similar services performed 3) capability to provide services and 4) a statement verifying that the prime contractor will physically perform at least 20% of the work, 5) Price list of lab tests, to include those mentioned above. This is a 100% total small business set-aside. The NAICS code is 621511 with a small business standard of $13.5 million. All prospective contractors must be registered in the Central Contractor Registration Database (CCR) (www.ccr.gov). If you are not registered you may request an application through the CCR website at http://www.ccr.gov. This is NOT a request for proposal and does not constitute any commitment by the contractor or Government to perform these services. Responses to this notice will only be used by the Government to make appropriate acquisition decisions. The execution of this project is subject to availability of Federal Funds.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ab19334331fd53d17a45e3cada4c045d&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA<br />
Zip Code: 71360<br />
 
Record
SN01745168-W 20090207/090205220225-ab19334331fd53d17a45e3cada4c045d (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.