Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2009 FBO #2672
SOLICITATION NOTICE

Q -- Oncotype DX Laboratory Test

Notice Date
3/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Western Regional Contracting Office, Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
YMELAB90080000
 
Response Due
3/23/2009
 
Archive Date
5/22/2009
 
Point of Contact
linda.s.calahan, 253-968-4380<br />
 
Small Business Set-Aside
N/A
 
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. Reference Purchase Request YMELAB90080000 is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-30 and DAC 20090115. The associated North American Industrial Classification System (NAICS) code for this procurement is 621511. Size Standard for small business is 500 employees. RFP is being issued as RESTRICTED. These services are for Madigan Army Medical CEnter and the proposed contract is for a base period of one year plus 4 one year option periods to follow. All responsible Contractors shall provide an offer for the following LINE ITEM 0001. Oncotype DX Breast Cancer assay laboratory test. The testing technology must include the multi-gene expression test and have clinical evidence validating it ability to accurately assess the HER2 gene in breast cancer patients with the ability to predict the likelihood of chemotherapy benefits as well as recurrence in early- stage breast cancer. Delivery shall be FOB Destination to Madigan Army Medical Center, Tacoma WA 98431. Pricing quoted shall include all applicable fees. The following FAR clauses and provisions in their latest editions apply to this combined synopsis/solicitation. (All clauses throughout this combined synopsis/solicitation can be viewed by accessing the website http://farsite.hill.af.mil/.) (1) FAR provision 52.212-1 [Instructions to Offerors Commercial Items] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to award; (2) 52.212-2 [EvaluationCommercial Items] Evaluation process: All proposals will be evaluated with the following criteria: Technical Capability (compliance with the requirements of FAR Clause 52.211-6, if vendor offers an Equal product) and Price, with Technical Capability being significantly more important than Price; (3) 52.212-3 [Offeror Representations and Certifications Commercial Items] Vendors shall include a completed copy of FAR provision 52.212-3 with their offers. If Vendor already has information on ORCA website, please indicate this in accordance with this clause; (4) 52.212-4 [Contract Terms and Conditions Commercial Items]; (5) 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.217-9 Option to Extend the Term of the Contract; The Government may extend the term of this contract by written notice to the Contractor within 15 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 Days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 Years. 52.232-18 Availability of Funds for the Next Fiscal Year; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities]; 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-50 Combating Trafficking in Persons and 52.232-33 [Payment by Electronics Funds Transfer Central Contractor Registration]; (6) 52.252-2 applies to this acquisition and the following websites: http://farsite.hill.af.mil/ and http://www.acquisition.gov/comp/far/index.html; (7) 252.212-7001 [Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items] applies to this acquisition and the following sub DFARS clauses apply: 252.225-7001 [Buy American Act and Balance of Payments Program]; 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 252.247-7003 Alternate III [Transportation of Supplies by Sea]; (8) 252.212-7010 [Levies on Contract Payments. The closing date and time of this combined synopsis/solicitation is 23 March 2009, 1:00 p.m. PDT. Price quotations shall be submitted on company letterhead and signed by a company representative. Fax or email quotes to Western Regional Contracting Office (253) 968-4091 (email listed below). Paper copies of this combined synopsis/solicitation will not be issued and telephone requests or FAX requests for this combined synopsis/solicitation will not be accepted. Place of Performance: Madigan Army Medical Center Bldg 9040 (Receiving Section) Fitzsimmons Tacoma, Washington 98431 United States Point of contact for this combined synopsis/solicitation: Linda Calahan, email: Linda.S.Calahan@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=718ed14ccebb83723c45f1a0f91fe82c&tab=core&_cview=1)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA<br />
Zip Code: 98431-1110<br />
 
Record
SN01772727-W 20090321/090319215413-718ed14ccebb83723c45f1a0f91fe82c (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.