Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2010 FBO #3190
SOLICITATION NOTICE

Q -- Immunochemistry Services

Notice Date
8/17/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU010T0159
 
Response Due
8/27/2010
 
Archive Date
10/26/2010
 
Point of Contact
Marisela Galarza, 915-569-1575
 
E-Mail Address
Western Regional Contracting Office
(marisela.galarza@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. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for Immunochemistry Services contract. Base Performance Period of 01 September 2010 through 31 August 2011 (to include 4 option periods ending 31 August 2015); LINE ITEM 0001 PROFESIONAL CONSULTATION. Request for Quotes: Contractor provide the items specified in CLINs 0001 thru 0005 in accordance with the attached Scope of Work. Services are for William Beaumont Army Medical Center in El Paso, TX 79920. Salient characteristics: Contractor must provide courier on an as needed basis to pick up the specimens and guarantee a 24hrs turnaround time upon specimen arrival, in order to have an accurate and appropriate immunohistochemical stains for a diagnosis (Please see attached Scope of Work). LINE ITEM 0002 IMMUNOCHEMISTRY STAIN WITH INTERPRETATION. Stains to include the following testing: afp,alk-1, bcl-2, cd15,cd57(nk-1,leu7), ck-lmw(8,18) desmin, ema(ep memb ag) factorx111A,gcdfp-15 breast), gfap, hcg,11, kappa,lambda, myeloperoxidase, plap,psa,psap,thrombomodulin, thyroglobulin,villin,egfr,moc-31,p63,emerin,mlh1,cea,acth,cd56,cd57,ck19,glut-1,wt1,tfe3,napsin A,N-cadherin,ca19-9,afp, ck7-ck20. To Be Ordered On An As Needed Basis LINE ITEM 0003 STAINS WITH INTERPRETATION LINE ITEM 0004 RENAL CASES WITH INTERPRETATION LINE ITEM 0005 Contracting Manpower Reporting: Report is due NLT 31 October 2010 for the period of 01 September 2010 through 30 September 2010. For Further information regarding this requirement to include number and dates by which each report is required, see paragraph titled Contractor Manpower Report included in the Scope of Work. This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 621511. Standard Industrial Classification (SIC) $13.5. Federal Supply Class/Service (FSC/SVC) Q301. This acquisition is Unrestricted. These Services are for William Beaumont Army Medical Center, Medical Supply Officer BLDG 11156, Biggs Army Airfield, FT. Bliss, TX 79918-8006. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following clauses apply to this acquisition: 52.203-3 Gratuities; 52.203-6 Alt I Restrictions On Subcontractor Sales to the Government; 52.203-12 Limitation On Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-4 Addendum, (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. (End of Addendum to 52.212-4). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation), including 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns; 52.222-3 Convict Labor; 52.222-21 Prohibition of Safeguard; 52.219-8 (DEV) Utilization of Small Business Concerns; 52.219-9 (DEV) Small Business Subcontracting Plan (Deviation);52.219-14 Limitations On Subcontracting;52.219-16 Liquidated Damages-Subcontracting Plan; 52.222-3 Convict Labor; 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,52.222-41Service Contract Act Of 1965; 52.222-42 Statement of Equivalent Rates For Federal Hires (WD-2005-2512(31043)Driver Courier $11.32 (6/21/10)); 52.222-43 Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option); 52.222-50 Combat Trafficking in Persons, 52.222-54 Employment Eligibility Verification;52.222-99 (DEV) Notification of Employee Rights under the National Labor Relations Act (DEVIATION 2010-O0013), 52.224-1, Privacy Act Notification, 52.224-2 Privacy Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-3 Continuity Of Services; 52.243-13 Bankruptcy; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses. The following DFARS clauses apply: 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Local Clause (5001) Health Insurance Portability & Accountability Act (local clause available via e-mail request); 252.201-7000 Contracting Officers Representative; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.219-7004 (Dev) Small Business Subcontracting Plan (Test Program)(Deviation), 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea. WAWF Instructions (local clause available via e-mail request). 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_27 August 2010 at 12:00 PM__ Mountain Standard Time. Submit offers via fax to (915) 569-1575 or email to Marisela.galarza@us.army.mil (Preferred) The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-1 Addendum: (m) FAR 52.212-3 Complete and submit offeror Representation and Certificates with the proposal or submit electronically in ORCA. https://orca.bpn.gov. (n) Return completed DD 1449 to include all pricing on all line items. Solicitation can be in PDF or Word format. The proposal can be emailed (preferred) to Marisela.Galarza@us.army.mil or faxed to 915-569-4736. (o) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found.(End of Addendum 52.212-1); 52.204-5 Women-Owned business Other Than Small Business; 52.233-2 Service of Protest. (ATT: Valeria Gutierrez, Western Regional Contracting Office Cell, William Beaumont Army Medical Center, 5005 N. Piedras, El Paso, TX 79920); 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil/); 252.209-7001 Disclosure of Ownership of Control by the Government of a Terrorist Country; 252.212-7000 Offeror Representations and CertificationsCommercial Items. 52.212-2 Evaluation-Commercial Items; (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government price and other factors considered. The following factors shall be used to evaluate offers: Technical Acceptability and Price 1.Technical acceptability: Technical capability and compatibility of the items offered shall meet the Governments requirement and salient characteristics described in Line Items 0001-0004 and in accordance with the Scope of Work. Services must be performed by who has the following Accreditation and Licensing: The College of American Pathologist (CAP) and Department of Health & Human Services. 2.Price: Prices will be evaluated for fair and reasonableness. Evaluation Process: All quotes will be evaluated based on their technical acceptability. The award decision will be based on the lowest priced, technically acceptable quote. To be considered technically acceptable, the offeror shall submit a quote on the brand name or eual requested. Award will be on an all or none basis; the offeror shal submit prices on all CLINs. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the options. A written notice of award or acceptance of an offer, mailed or otherwise furnished tot the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further actions by either party. Before the offers specified expiration time, the Government may accept an offer )or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Evaluation Factors ADJECTIVEDEFINITION EXCELLENT The proposal demonstrates a superior understanding of the requirements and a new or proven approach that significantly exceeds performance or capability standards. The quote has several exceptional strengths that will significantly benefit the government. The quote has no weaknesses or deficiencies. Normal contractor effort and normal government monitoring will be sufficient to minimize risk. The quote is extensive, detailed, and exceeds all requirements and objectives; therefore, has a high probability of meeting the requirements with little or no risk to the government. GOODThe proposal demonstrates a considerable understanding of the requirements and the approach exceeds performance or capability standards. The quote has one or more strengths that will benefit the government. The quote has no deficiencies and any quote weakness has little potential to cause disruption of schedule, increase in cost, or degradation of performance. Normal contractor effort and normal government monitoring will probably be able to overcome difficulties. The quote generally exceeds requirements in minor areas; therefore, has a strong probability of meeting the requirements with little risk to the government. SATISFACTORY The proposal demonstrates an adequate understanding of the requirements and the approach meets all performance or capability standards. The quote has no strengths that exceed the requirement. The quote has no material weaknesses and no deficiencies. The quote has some weakness that can potentially cause disruption of schedules, increase in cost, or degradation of performance. Special contractor emphasis and close government monitoring will minimize any risk. The quote meets the minimum requirements; therefore, has an acceptable probability of successfully meeting the requirements. MARGINALThe proposal fails to meet performance requirements and capability standards in one or more areas. The quote has minor omissions and demonstrates a misunderstanding of the requirement that may be corrected or resolved through discussions without a complete revision of the entire quote. The quote has weaknesses or minor deficiencies that can potentially cause some disruption of schedule, increase in cost, or degradation of performance even with special contractor emphasis, and close government monitoring. UNSATISFACTORYThe proposal fails to demonstrate a basic understanding of the requirements and the approach fails to meet performance or capability standards. The quote has major omissions, weaknesses or deficiencies, and inadequate details to assure the evaluators that the offeror has an understanding of the requirements. The quote presents an unacceptable risk and cannot meet the requirements without major revisions. (End of Provision, 52.212-2) 52.212-3 Alt I-Offeror Representations And CertificationsCommercial Items Alternate I.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU010T0159/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office, William Beaumont Army Medical Center 5005 N. Piedras St El Paso TX
Zip Code: 79920-5001
 
Record
SN02243517-W 20100819/100817235449-82334c2bc40116e4e8e08ffa5d32d44b (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.