Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

10 -- Laboratory Testing for the Reference Lab at the Department of Pathology

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-09-T-0582
 
Response Due
9/19/2009
 
Archive Date
11/18/2009
 
Point of Contact
Lydia Trevino, (210) 221-4868
 
E-Mail Address
Great Plains Regional Contracting Ofc
(lydia.trevino@us.army.mil)
 
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. This is a solicitation W81K00-09-T-0582 of purchase request W45XTR92751064 issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. The associated North American Industrial Classification System (NAICS) code for this procurement is 621511. Size standard is $13.5M. This RFQ is being issued as Firm Fixed Price, UNRESTRICTED. All responsible sources may submit a quotation which shall be considered by the agency. The requirements of this solicitation are for Laboratory Testing for the Reference Lab at the Department of Pathology for US Army, MEDDAC DACH, Fort Hood TX 76544. Vendor shall provide all parts, materials, labor and equipment necessary to perform required laboratory testing. Referenced Lab services needed for time sensitive testing and immediate results for patient care. Testing must be ordered as STAT. Reference Lab must provide transport service to pick up samples during the period of performance 1 Oct 2009 through 30 Sep 2010. FOB Destination. NOTE: Wage Determination No. 2005-2523, Revision No. 7, date of revision, 07/22/2009 may apply. Line Item No. 0001: NON-PERSONAL SERVICESVendor shall provide all parts, materials, labor and equipment necessary to perform required laboratory testing. Reference Lab services needed for time sensitive testing and immediate results for patient care. Testing must be ordered as STAT. Reference Lab must provide transport service to pick up samples. Services available 24 hours per day, 7 days per week. See attached list of testing. Period of Performance: 1 Oct 09 through 30 Sep 10. Unit Price: $________________Total Annual Amount: $___________ Line Item No. 0002: Contract Manpower Report IAW 52.212-4(ah). Period of Performance: 1 Oct 09 through 30 Sep 10. Unit Price: $_________________Total Annual Amount: $_____________ PERFORMANCE WORK STATEMENT: Contractor will provide transportation service for the pick up of samples 24 hours a day, 7 days per week. Contractor will meet STAT requirements, can arrange pickup within (1) hour and testing available from a comprehensive testing menu. Contractor will fax results, call and fax results for all critical values. Contractor performs time sensitive tests routinely ordered by HCP to meet standard of care at Carl R. Darnall Army Medical Center, Fort Hood, TX LIST OF TESTING: Some tests are sent to contractor due to short specimen stability. Others are sent due to critical STAT testing. Not included in the list are those tests that may not be performed at CRDAMC due to instruments unavailability, or other problems but can be temporarily routed to contractor. The list consists of, but is not limited to, the following: Herpes PCR Enterovirus PCR Fetal Lung Maturity MIX STUDY, PTT: 1:1 MIX PTT RM TEMP PTT CONTROL RM TEMP APTT, BASELINE Mycobacterial Blood Culture Mycology Blood Culture PLATELET ANTIBODY SCREEN (HLA): HPA-1a/3a/4a HPA-1b/3b/4a HPA 5A/5A HPA 5B/5B GP 1B/IX GPIV HLA CLASS 1 AB AMIKACIN AMIKACIN TROUGH AMIKACIN PEAK Test performed at Scott & White for CRDAMC, Department of Pathology: HERPES SIMPLEX DNA ADENOVIRUS RNA, QL PCR KLEIHAUER-BETKE The following FAR and DFARS provisions and clauses apply to this solicitation: Delivery shall be FOB Destination to DAHC, Fort Hood, TX. Pricing quote shall include all applicable fees. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items. 52.212-3 Offerors Representations and Certifications- Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.211-6 Brand Name or Equal. 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 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, 52.222-36, Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other eligible Veterans, 52.222-41, Service Contract Act of 1965 (Nov 2007), FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989), FAR 52.222-54 Employment Eligibility Verification (Jan 2009), 52.222-50 Combat Trafficking in Persons, 52.225-13 Restriction on Certain Foreign Purchases, 52.232-18 Availability of Funds, 52.232-19 Availability of Funds for the Next Fiscal Year and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. 252.225-7001, Buy American Act and Balance of Payments Program, 252.225-7036, Buy American Free Trade Agreement Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests Method of payment for this award will be through Wide Area Work Flow (WAWF), 252.232-7010 Levies on Contract Payments, 252.247-7023, Transportation of Supplies by Sea 252.247-7023 Alt III, Transportation of Supplies by Sea. Clauses Incorporated by reference FAR 52.252-2 and DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation), 252.232-7010 Levies on Contract Payments; 52.211-6 Brand Name or Equal. The following is incorporated full text for FAR 52.212-2 [Evaluation-Commercial Items]: a. The Government will award a contract resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). Award will be on an all or none basis. The following factors will be used to evaluate quotes: Technical acceptability and price. 1. Technical acceptability: If providing an equal service complies with FAR Clause 52.211-6, Brand Name or Equal. Explain in detail how your company will meet the items specified in the statement of work. Prospective contractors shall demonstrate that the services offered comply with the technical requirements described in the statement of work by submission of a written capability statement with their offer. 2. Price. 3. Evaluation Process: All quotes will be evaluated on overall technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 19 Sep 2009, 12:00 PM, Central Standard Time. Submit offers via email to Lydia.Trevino@us.army.mil. Place of performance: US Army MEDDAC DACH Material Branch Log Division Bldg 36000, Room 0003 Fort Hood, TX 76544-5063 UNITED STATES Contact: Lydia Trevino, Contract Specialist, Phone 210-221-4868, Email Lydia.Trevino@us.army.mil Contracting Office Address: Great Plains Regional Contracting Office MCAA GP BAMC 3851 Roger Brooke L31-9V Fort Sam Houston, TX 78234-6200 Point of Contact: Lydia Trevino, (210) 221-4868
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T-0582/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01954123-W 20090916/090915001510-1474f5208773bc5da7154e2a22680c87 (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.