Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

Q -- NEWBORN SCREENING TESTING/SERVICES

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
923120 — Administration of Public Health Programs
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU010TM016
 
Response Due
9/23/2010
 
Archive Date
11/22/2010
 
Point of Contact
Richard J. Meadows, 2539683962
 
E-Mail Address
Western Regional Contracting Office
(richard.meadows@amedd.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 a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation For Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation; quotations are being requested and a written solicitation will not be issued. This solicitation of Purchase Request # W91YU0-10-T-M016 is issued as a request for quotations (RFQ). The combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43 and DCN 20100908. The associated North American Industrial Classification System (NAICS) code for this procurement is 923120. The Size Standard for small business is $7.0M. This RFQ is being issued as Unrestricted. These services are for WEED Army Community Hospital, Fort Irwin, CA. 92310 for a Base Year from 1 October 2010 through 30 September 2011 and Four (4) One-Year Option periods. Selection will be made based on the following: All responsible Contractors shall provide an offer that provide (at a minimum) the following screening tests for Newborn Screening Services: Endocrine Disorders: Congenital Hypothyroidism & Congenital Adrenal Hyperplasia Enzyme Deficiency Disorders: Galactosemia Biotinidase Deficiency Hemoglobinopathies: HbS, HbC, HbE, HbD, Hb Barts, Hb H, and other abnormal Hemoglobins. Cystic Fibrosis Inborn errors of Metabolism; to include aminoacidopathies, fatty acid oxidation disorders, mitochondrial disorders, urea cycle disorders and organic acidemas. Must use (1) One universal specimen card for both initial and follow up testing. All responsible Contractors shall provide an offer for (2) two screens for each newborn. MS/MS (Tandem Mass Spec) analysis shall be performed on both the first and second screening samples. All responsible Contractors shall provide consultation and follow up evaluation of abnormal screening results by specialists in metabolic genetics, pediatric endocrinology and hematology. These specialists shall be available by phone and respond within (2) Two hours for direct patient evaluation, if required. All responsible Contractors shall provide first blood samples from newborns. These samples must be sent by Fed Ex or equivalent courier service. All abnormal results of an urgent nature shall be telephoned and faxed to the WEED Army Community Hospital Metabolic Screening Program Manager or other appropriate staff as directed. Line Item 0001: First Screening (450 specimens each): Line Item 0002: Second Screening (450 specimens each): Line Item 0003: Contracting Manpower Report: Delivery shall be FOB Destination to WEED Army Community Hospital, Ft. Irwin, CA, 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 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 quoters 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 quotations will be evaluated on a best value basis with the following criteria: Technical Capability 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 quotations. If Vendor already has information on ORCA website, please indicate that 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; 252.212-7000, Offeror Representations and CertificationsCommercial Items. The Government may extend the term of this contract by written notice to the Contractor within 30 Days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 66 Months. (d) The Government reserves the right to decrease/increase quantities/procedures that may occur to meet unforeseen mission requirements. The Deviation to FAR 52.212-5 [Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items] also applies; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items (Mar 2009) (Deviation); 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government Alternate I; 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 Protecting the Governments Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8 (Deviation), Utilization of Small Business Concerns; 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]; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates For Federal Hires; 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option); ; 52.222-50 Combating Trafficking in Persons, 52.222-54, Employment Eligibility Verification; 52.222-99 (Deviation) Notification of Employee Rights Under National Labor Relations Act (Deviation 2010-O0013); 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.232-18 Availability of Funds; 52.225-13, Restrictions on Certain Foreign Purchases and 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; (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; 52.252-6 Authorized Deviations in Clauses applies to (a) the use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (Deviation) after the date of the clause and (b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (Deviation) after the name of the regulation; (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: 252.201-7000 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; 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 52.203-3, Gratuities; 252.232-7003 [Electronic Submission of Payment Records] Method of payment for this award will be through Wide Area Work Flow (WAWF); 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]; 252.247-7024, Notification of Transportation of Supplies by Sea; The closing date and time of this combined synopsis/solicitation is 22 September 2010, 12:00 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: WEED Army Community Hospital Department of Clinical Laboratory Bldg 166 Fort Irwin, CA. 92310 United States Point of contact for this combined synopsis/solicitation: Richard J. Meadows, email: Richard.meadows@us.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU010TM016/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office ATTN: MCAA W BLDG 9902, 9902 Lincoln Street Tacoma WA
Zip Code: 98431-1110
 
Record
SN02274193-W 20100911/100909235203-f7725b75ae66db199bba8bc3d14063fe (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.