Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 09, 2009 FBO #2721
MODIFICATION

Q -- Centralized Newborn Screening Services

Notice Date
5/7/2009
 
Notice Type
Modification
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
700 Robbins Avenue Philadelphia PA 19111-5096
 
ZIP Code
19111-5096
 
Solicitation Number
SPM2D1-07-R-0002
 
Point of Contact
Thomas E. Rosenthal, Contracting Specialist, Phone 215-737-0850, Fax 215-737-8144, - Eileen A Motta, Contracting Officer, Phone 215-737-7210, Fax 215-737-8139
 
E-Mail Address
Thomas.Rosenthal@dla.mil, Eileen.Motta@dla.mil
 
Small Business Set-Aside
N/A
 
Description
The subject synopsis is being amended to change the estimated date for release of the solicitation to May 7, 2009. The objective of this solicitation is to establish a Fixed Price Indefinite Delivery/Indefinite Quantity (IDIQ) Performance Based Service Contract(s) for Newborn Screening services to test for 53 inherited, metabolic disorders. The supply/service portion of the initiative will be firm-fixed and not subject adjustment during the life of the contract. The transportation of collected specimen samples from the Medical Treatment Facilities (MTF) to the contractor’s laboratory will be subject to an Economic Price Adjustment. The goal of Department of Defense (DoD) Newborn Screening Program is to obtain a comprehensive, centralized laboratory for Newborn Screening services in order to improve efficiencies, standardize the newborn screening benefit, ensure quality, and achieve best value in laboratory testing. The successful contractor(s) will be required to conduct newborn screening laboratory tests for all neonates born within military Medical Treatment Facilities (MTF) worldwide and for any neonatal specimen collected at an MTF during a follow-up medical appointment. This procurement will be awarded using “Best Value” Source Selection Procedures to a maximum of (2) two vendors. One vendor will be responsible for servicing the Continental United States/Alaska/Hawaii (CONUS/AK/HI) region and one vendor to service the Outside Continental United States (OCONUS) region. Based on the results of the evaluation one award may be made to the same vendor for both the CONUS/AK/HI and OCONUS regions. The DSCP Electronic Catalog will be the sole means by which orders for the Newborn Screening will be placed, confirmed and invoiced under this contract. The unit price for the Specimen Collection Kit must be included in the price per unit of the Newborn Screening Services identified in this procurement. The contractor is required to perform Newborn Screening testing for the 53 disorders (see Attachment 1). As new disorders are made in the field of Newborn Screening, the disorder or testing procedure may be added to the successful vendor(s) contract on a post award basis. The contract will encompass the following services for each newborn: • Provision of specimen collection kits and all necessary supplies • Timely transport of collected specimens (applies to vendors who offer this as FOB Destination) • Accurate and timely laboratory testing of specimens • Accurate and timely interpretation of test results • Accurate and timely, comprehensive reporting/communication of results • Data management • Technical assistance • Clinical consultation to laboratory and clinical staff within the Military Health Care System • Follow-up services • Participation in quality assurance programs and reporting of quality assurance data For all elements of Laboratory Testing and Analysis, the contractor shall comply with the Clinical Laboratory Improvement Amendments of 1988 (CLIA 88), Food and Drug Administration (FDA) regulations for medical devices, and all other applicable Federal and State regulations. As part of their proposal offerors are required to provide a copy of their CLIA license or certificate. Award of the CONUS/AK/HI region will be evaluated separately from the OCONUS region. Vendors may submit proposals to service the CONUS/AK/HI and OCONUS regions individually or collectively. However, all MTFs located within these regions must be serviced to be considered for award. Vendors technical and price proposals will be evaluated using “Best Value” Source Selection Procedures. Technical Merit will be considered more important than price. This procurement will be awarded to a maximum of (2) two vendors. One vendor will be responsible for servicing CONUS/AK/HI MTFs and the other vendor will service OCONUS MTFs. Based on the results of the evaluation one award may be made to the same vendor for both the CONUS/AK/HI and OCONUS regions. The term of the contract(s) will be a (1) one year Base Ordering Period with four (4) one-year unilateral Option Ordering Periods. This procurement has an estimated value of $2.8 million annually ($13.9 over the full five years) for the CONUS/AK/HI region, and $0.4 million annually ($2.0 million over the full five years) for the OCONUS region. Solicitation SPM2D1-07-R-0002 is expected to be issued May 7, 2009 and can be found on the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/. The point of contact is Eileen Motta, DSCP-FSCB, 215-737-7210, eileen.motta@dla.mil; or Thomas E. Rosenthal, DSCP-FSCB, 215-737-0850, thomas.rosenthal@dla.mil. The solicitation may not become available until the solicitation issue date. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/DLA/J3/DSCP-M/SPM2D1-07-R-0002/listing.html)
 
Place of Performance
Address: Various CONUS and/or OCONUS 00000
Zip Code: 00000
 
Record
SN01811961-F 20090509/090508101134 (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.