Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SPECIAL NOTICE

Q -- Lab Director Services - Air Force Standards

Notice Date
9/10/2010
 
Notice Type
Special Notice
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, Air Force Space Command, 90CONS, 7505 Barnes Loop, F.E.Warren AFB, Wyoming, 82005-2860, United States
 
ZIP Code
82005-2860
 
Solicitation Number
FE4613-10-Q-1025
 
Archive Date
10/5/2010
 
Point of Contact
Diana L. Scheer, Phone: 3077732515, Brandy O Jiron, Phone: DSN 481-4751
 
E-Mail Address
diana.scheer@warren.af.mil, brandy.jiron@warren.af.mil
(diana.scheer@warren.af.mil, brandy.jiron@warren.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Air Force Standards SPECIAL NOTICE (ATTACHING SPS RFQ) NOTE - NOT FOR USE AS COMBINED SOLICATION SYNOPSIS GENERAL INFORMATION Document Type: Special Notice Solicitation Number: FE4613-10-Q-1025 Posted Date: 10 Sep 2010 Response Date: 20 Sep 2010 Classification Code: Q-Medical Services Set-Aside: Total Small Business NAICS Code: 621511 CONTRACTING OFFICE ADDRESS Department of the air Force, Air Force Space Command, 90CONS, 7505 Barnes Loop, F. E. Warren AFB, WY 82005-2860, UNITED STATES AVAILABILITY OF FUNDS NOTE: FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. THE GOVERNMENT'S OBLIGATION UNDER THIS CONTRACT IS CONTIGENT UPON THE AVAILABILITY OF APPROPRIATED FUNDS FROM WHICH PAYMENT FOR CONTACT PURPOSES CAN BE MADE. NO LEGAL LIABILITY ON THE PART OF THE GOVERNMENT FOR ANY PAYMENT MAY ARISE UNTIL FUNDS ARE MADE AVAILABLE TO THE CONTRACTING OFFICER FOR THIS CONTRACT AND UNTIL THE CONTRACTOR RECEIVES NOTICE OF SUCH AVAILABILITY, TO BE CONFIRMED IN WRITING BY THE CONTRACTING OFFICER. DESCRIPTION This special notice for commercial items is posted as a Request for Quotation (RFQ) in accordance with Federal Acquisition Regulation (FAR) Part 12.203 and FAR Part 13.5 with consideration given to FAR Part 5.202(a)(13), as supplemented with additional information included within to provide: 0001 - Lab Director Services Services, nonpersonal, to provide all labor, parts, tools, materials, and transportation necessary for a Medical Director and reference lab services required for the 90th Medical Group at F. E. Warren AFB, WY in accordance with the attached Statement of Work. Period of Performance: 1 Oct 10-30 Sep 11 Quantity: 12 months Delivery will be to 90th Medical Group, 6900 Alden Drive, F. E. Warren Air Force Base, Wyoming The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circulars (FACs) 2005-43. The proposed requirement is 100% Small Business Set Aside and applies to the North American Industrial Classification System Code (NAICS) 621511 with a size standard of $13,500,000.00. The Government will make a best value award decision IAW FAR Part 13.106- 1(a)(2). Quotes shall include pricing information to include unit price and the extended total. To be eligible for contract award or payment from any DoD activity, offerors must be registered in the DoD Central Contract Registration (CCR) and Wide Area Work Flow Receipt and Acceptance (WAWF-RA) websites. Information on CCR registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or by registering via the CCR website at http://www.ccr.gov/. Information on WAWF-RA Invoicing System is now mandatory for use. There are no charges or fees to use WAWF-RA, and this allows monitoring of your payment status online. Contractors must also submit their representations and certifications at the online Representations and Certification Applications (ORCA) website at http://orca.bpn.gov. There will be no paper copies of the RFQ notice available. The Government will not reimburse any interested parties for monies spent to provide a response to the subsequent RFQ notice. Responses to this notice must be submitted in writing within the time allowed. Any questions in regards to this notice must be submitted in writing, via e-mail, or facsimile to the Contracting Officer or Contract Specialist listed below under the Point of Contact. QUOTES ARE DUE NOT LATER THAN 4pm MST ON 20 SEP 2010. OFFERORS ARE ENCOURAGED TO SUBMIT QUOTES ELECTRONICALLY TO: DIANA L. SCHEER, Contract Administrator @DIANA.SCHEER@WARREN.AF.MIL BRANDY O. JIRON Contracting Officer Section B - Supplies or Services and Prices ITEM NO SUPPLIES/SERVICES QUANTITY UNIT UNIT PRICE AMOUNT 0001 12 Months SERVICES OF A DIRECTOR FOR LAB SERVICES FFP Services, nonpersonal, to provide all labor, parts, tools, materials, and transportation necessary for a Medical Director and reference lab services required for the 90th Medical Group at F. E. Warren AFB, WY, in accordance with the attached Statement of Work. POP: 1 OCT 10 THROUGH 30 SEP 11. FOB: Destination NSN: Q515-DS-LAB-MEDG PURCHASE REQUEST NUMBER: F1Y4AA0166A002 SIGNAL CODE: A NET AMT Section E - Inspection and Acceptance INSPECTION AND ACCEPTANCE TERMS Supplies/services will be inspected/accepted at: CLIN INSPECT AT INSPECT BY ACCEPT AT ACCEPT BY 0001 Destination Government Destination Government Section F - Deliveries or Performance DELIVERY INFORMATION CLIN DELIVERY DATE QUANTITY SHIP TO ADDRESS UIC 0001 POP 01-OCT-2010 TO 30-SEP-2011 N/A 90 MED GP JULANE WOOD 6900 ALDEN DRIVE FE WARREN AFB WY 82005 307-773-4031 FOB: Destination F1Y4AA Section G - Contract Administration Data Section I - Contract Clauses CLAUSES INCORPORATED BY REFERENCE 52.204-7 Central Contractor Registration APR 2008 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-2 Evaluation - Commercial Items JAN 1999 52.212-3 Offeror Representations and Certification--Commercial Items AUG 2009 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies AUG 2009 52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification FEB 2009 52.224-1 Privacy Act Notification APR 1984 52.224-2 Privacy Act APR 1984 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.252-2 Clauses Incorporated By Reference FEB 1998 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 CLAUSES INCORPORATED BY FULL TEXT 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) Reserved. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (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. (b) The use in this solicitation or contract of any FAR/DFAR (48 CFR, Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (APR 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019 Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) (End of clause) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) (a) Definitions. As used in this clause-- (1) Contract financing payment and invoice payment have the meanings given in section 32.001 of the Federal Acquisition Regulation. (2) Electronic form means any automated system that transmits information electronically from the initiating system to all affected systems. Facsimile, e-mail, and scanned documents are not acceptable electronic forms for submission of payment requests. However, scanned documents are acceptable when they are part of a submission of a payment request made using Wide Area WorkFlow (WAWF) or another electronic form authorized by the Contracting Officer. (3) Payment request means any request for contract financing payment or invoice payment submitted by the Contractor under this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. (c) The Contractor may submit a payment request and receiving report using other than WAWF only when-- (1) The Contracting Officer authorizes use of another electronic form. With such an authorization, the Contractor and the Contracting Officer shall agree to a plan, which shall include a timeline, specifying when the Contractor will transfer to WAWF; (2) DoD is unable to receive a payment request or provide acceptance in electronic form; (3) The Contracting Officer administering the contract for payment has determined, in writing, that electronic submission would be unduly burdensome to the Contractor. In such cases, the Contractor shall include a copy of the Contracting Officer's determination with each request for payment; or (4) DoD makes payment for commercial transportation services provided under a Government rate tender or a contract for transportation services using a DoD-approved electronic third party payment system or other exempted vendor payment/invoicing system (e.g., PowerTrack, Transportation Financial Management System, and Cargo and Billing System). (d) The Contractor shall submit any non-electronic payment requests using the method or methods specified in Section G of the contract. (e) In addition to the requirements of this clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payments requests. (End of clause) 5352.201-9101 OMBUDSMAN (AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen: AFGSC/A7K 41 Orville Wright Ave, Suite 110 Barksdale AFB, LA 71110 (P) 318-456-6336 (F) 318-456-0187 AFGSCA7K@barksdale.af.mil.@peterson.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (JUN 2002) (a) The contractor shall obtain base identification and vehicle passes for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management, as applicable. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. 5352.242-9001--COMMON ACCESS CARDS (CACs) FOR CONTRACTOR PERSONNEL (AUG 2004) (a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria: (1) Require logical access to Department of Defense computer networks and systems in either: (i) the unclassified environment; or (ii) the classified environment where authorized by governing security directives. (2) Perform work which requires the use of a CAC for installation entry control or physical access to facilities and buildings. (b) Contractors and their personnel shall use the following procedures to obtain CACs: (1) Contractors shall provide a listing of personnel authorized a CAC to the contracting officer. The contracting officer will provide a copy of the listing to the government representative in the local organization designated to authorize issuance of contractor CACs (i.e., "authorizing official"). (2) Contractor personnel on the listing shall each complete and submit a DD Form 1172-2 or other authorized DoD electronic form to the authorizing official. The authorizing official will verify the applicant's name against the contractor's listing and return the DD Form 1172-2 to the contractor personnel. (3) Contractor personnel will proceed to the nearest CAC issuance workstation (usually the local Military Personnel Flight (MPF) with the DD Form 1172-2 and appropriate documentation to support their identification and/or citizenship. The CAC issuance workstation will then issue the CAC. (c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy. (d) During the performance period of the contract, the contractor shall: (1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing official; (2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access; (3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and (4) Report lost or stolen CACs in accordance with local policy/directives. (e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) Section J - List of Documents, Exhibits and Other Attachments STATEMENT OF WORK Statement of Work Medical Director/Pathology Services at F. E. Warren AFB, WY GENERAL 1. SCOPE OF WORK. The contractor shall provide services, nonpersonal to provide all labor, parts, tools, materials, and transportation necessary to provide Medical Director and reference lab services required for the 90th Medical Group at F. E. Warren AFB, WY. The contractor shall visit the 90th Medical Group Clinical Lab once per month to provide Medical Directorship services. Reference lab services will be provided in the contractor's facility. The contractor shall cover the range of services provided by a Medical Director (Attachment 1/AFIP PAM 40-24, Section 12-24) and/or Pathologist in a civilian clinical reference lab. Performance shall be according to the requirements contained in this Statement of Work (SOW), professional standards of the Joint commission on Accreditation of Healthcare Organizations (JCAHO), and the College of American pathologists (CAP). 1.1. CONFLICT OF INTEREST. The contractor shall not employ any person who is an employee of the United States Government in the billing capacity specific to the billing of the 90th Medical Group. The contractor shall not employ any person who is an employee of the Department of the Air Force, either military or civilian, unless such person seeks and receives approval in accordance with DoD Directive 5500.7 and Air Force policy. 1.2. QUALIFICATIONS. Per AFIP PAM 40-24, Section 12-24 and College of American Pathologists, Commission on Laboratory Accreditation, Laboratory Accreditation Program, TLC.10100 (revised 15 June 2009), the contractor shall provide personnel qualified according to the following criteria: The laboratory director must meet one (1) of the following qualifications: 1.) be a Doctor of Medicine or Doctor of Osteopathy, licensed to practice medicine or osteopathy by the recognized licensing agency of Wyoming; be privileged to practice medicine in a Department of Defense (DoD) Medical Treatment Facility; and be certified in anatomic or clinical pathology, or both, by the American Board of Pathology, or possess qualifications that are equivalent to those required for such certification; OR 2.) be a Doctor of Medicine, Doctor of Osteopathy, or Doctor of Podiatric Medicine, licensed to practice medicine, osteopathy, or podiatry by the recognized licensing agency of Wyoming; be privileged to practice medicine in a DoD Medical Treatment Facility; plus have one (1) of the following: a.) at least one (1) year of laboratory training during medical residency (for example, physicians certified either in hematology or hematology and medical oncology by the American Board of Internal Medicine); or b.) at least two (2) years of experience directing or supervising high complexity testing; OR 3.) hold an earned doctoral degree in a chemical, physical, biological, or clinical laboratory science from an accredited institution, and one of the following: a. ) be certified, and continue to be certified, by the American Board of Medical Microbiology, the American Board of Clinical Chemistry, the American Board of Bioanalysis, the American Board of Medical Laboratory Immunology, or other board deemed comparable by HHS.* b.) before February 24, 2003, must have served, or be serving as a director of a laboratory performing high complexity testing and must have at least two (2) years of laboratory training or experience, or both; and two (2) years of laboratory experience directing or supervising high complexity testing; OR 4.) for the subspecialty of Oral Pathology, be certified by the American Board of Oral Pathology, American Board of Pathology, the American Osteopathic Board of Pathology, or possess qualifications that are equivalent to those required for certification; - with respect to laboratories subject to Clinical Lab Improvement Act (CLIA) that perform moderately complex or highly complex tests: a single individual may direct no more than five (5) such laboratories. * - A list of boards approved by CMS for doctoral scientists may be found at http://www.cms.hhs.gov/CLIA/16_Certification_Boards_Laboratory_Directors.asp 1.3. VALIDATION OF QUALIFICATIONS, LICENSE, AND CERTIFICATIONS (AS APPLICABLE). Within 15 days after notice of contract award, or when requested by the Contracting Officer or authorized representative, the contractor shall provide written verification of credentials to include JCAHO, CAP, and CLIA. Pathologist must be board certified. 1.4. HOURS OF OPERATIONS. Reference lab services are required by the 90th Medical Group, F. E. Warren AFB, WY, Monday through Friday, 7:30 AM to 4:30 PM. Medical Director services require a monthly visit to the 90th Medical Group Clinical Lab. 1.5. FEDERAL HOLIDAYS. No Medical Director or reference lab services are required on federal holidays. 1.6. INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE. The contractor shall provide and maintain adequate liability insurance coverage consistent with the risks associated with the performance of all services required by this SOW. Refer to Federal Acquisition Regulation (FAR) Clause 52.237-7, "INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE." The contractor assumes "cradle to grave" responsibility/liability of all specimens once the specimens are received by the contractor. The contractor must maintain proper licenses/certifications for the transport of biological specimens. 1.7. PHYSICAL SECURITY. The contractor shall be responsible for safeguarding all specimens during receipt, transportation, and disposal. SECTION 2 GOVERNMENT FURNISHED PROPERTY AND SERVICES 2. GENERAL. The government will provide the following: 2.1. SPECIMENS. The 90th Medical Group Clinical Lab will provide specimens for examination/testing, utilizing the contractor's handbook when selecting preservation techniques. 2.2. DOCUMENTATION. The 90th Medical Group Clinical Lab will provide all documentation as set forth in Attachment 1, for the contractor's review as Medical Director. SECTION 3 CONTRACTOR FURNISHED ITEMS AND SERVICES 3. GENERAL. Except for those items or services specifically stated in Section 2 to be government furnished, the contractor shall furnish everything required to perform this contract in accordance with all of its terms. In addition to the proposed responsibilities, the contractor shall provide consulting services at no charge to the 90th Medical Group Clinical Laboratory. 3.1. CONTRACTOR OWNED/OPERATED FACILITY/EQUIPMENT/SUPPLIES. The contractor-provided clinical reference lab shall be CAP and/or JCAHO accredited and have a CLIA Certificate. 3.2. SUPPLIES. The contractor shall supply appropriate packaging for transport of specimens to the contractor's facility. 3.3. FORMS. The contractor shall supply request forms for use in identifying specimens. SECTION 4 SPECIFIC TASKS 4. GENERAL. The contractor shall provide Medical Director services as set forth in Attachment 1. The contractor shall provide reference laboratory services required for the 90th Medical Group, F. E. Warren AFB, WY. 4.1. SPECIFIC PROCEDURES FOR WHICH THE CONTRACTOR SHALL BE RESPONSIBLE. Emergency, "STAT," and routine specimen testing and results, as well as all tasks set forth in Attachment 1. 4.2. PROCEDURE GUIDANCE. The contractor shall perform procedures compatible with the reference laboratory's operating capacity and equipment. 4.3. EMERGENCY AND "STAT" SPECIMENS. The contractor shall pick up emergency or "STAT" specimens within one hour of notification of specimen availability. The contractor shall provide telephonic, fax, or computer via modem response with test interpretation within one hour of specimen pick-up. 4.4. ROUTINE SPECIMENS. 4.4.1. COURIER SERVICE. The contractor shall pick up and deliver specimens, slides, reports, and any other items as needed, each day between 7:30 AM and 4:30 PM or as scheduled by the government. A designated government representative will notify the contractor if/when a courier is needed. 4.4.2. TEST RESULTS. The contractor shall provide test interpretations in the form of a pathologist signed, transcribed report, within seven days of specimen pick-up. The contractor shall provide Medical Director monthly visit summary reports, as needed, within seven days of visit. 4.5. DISPOSITION OF SPECIMENS. Disposal of specimens will be performed by the contractor in accordance with all applicable laws and regulations. 4.6. STORAGE OF SPECIMENS. The contractor shall store specimens as follows: surgical specimens - three to six months; slides - indefinitely; and paraffin blocks - five years. 4.7. REFERENCE TESTS. Provide reference values for tests conducted. 4.8. REFERRALS TO OTHER LABORATORIES. The contractor can refer tests to another laboratory without advanced permission of the 90th Medical Group, provided the referring laboratory is CAP and/or JCAHO accredited. 4.9. CONSULTATION. The contractor shall provide telephone consultation regarding interpretations/evaluations of specimens. 4.10. DOCUMENTATION. The contractor personnel shall prepare all documentation to meet or exceed established standards of the 90th Medical Group to include, but not limited to, timeliness, legibility, accuracy, content, and signature. 4.11. ACCREDITING ORGANIZATIONS. 4.11.1. JOINT COMMISSION ON ACCREDITATION OF HEALTHCARE ORGANIZATIONS. The contractor personnel shall meet all applicable JCAHO standards during the performance of this contract. 4.11.2. COLLEGE OF AMERICAN PATHOLOGIST. The contractor personnel shall meet all applicable CAP standards during the performance of this contract. 4.12. RECORDS. The contractor shall be responsible for creating, maintaining, and disposing of only those government required records specifically cited in this SOW, or as may be required by the provisions listed in this SOW. If requested by the government, the contractor shall provide the original report, or a reproducible copy of any such records, within five working days of receipt of request. 4.13. PATIENT LISTS. Patient lists, no matter how developed, shall be treated as privileged information. Lists and/or names of patients shall not be disclosed or revealed in any way, for any use outside the 90th Medical Group without prior written permission by the Chief of Hospital Services. 4.14. RELEASE OF MEDICAL INFORMATION. The contractor shall only release medical information obtained on a patient during the course of this contract to 90th Medical Group Clinical Lab Services or to other 90th Medical Group staff involved in the care and treatment of that individual patient. 4.15. COMMUNICATION. The contractor shall ensure contract providers maintain open and professional communication with members of the 90th Medical Group. Complaints validated by the 90th Medical Group shall be reported in writing to the contract administrator and the contractor for action. Failure by the contractor to correct validated complaints raised by the 90th Medical Group and the Contracting Officer will be considered a failure to perform. 4.16. PERFORMANCE EVALUATION MEETINGS. The Contracting Officer may call meetings with either the contractor or the 90th Medical Group as needed. The contractor may request a meeting with the Contracting Officer or the 90th Medical Group when deemed necessary. Meeting will be documented in the contract file, with written minutes signed by the parties involved in the meetings. 4.17. PUBLICATIONS AND FORMS. The contractor shall immediately implement those changes in publications which result in a decrease or no change in the price and notify the Contracting Officer in writing of such change. Should a decrease in contract prices result, the contractor shall provide a proposal for a reduction in the price to the Contracting Officer. Prior to implementing any change that will result in an increase, the contractor shall submit to the Contracting Officer a price proposal within 30 days of receipt of the change by the contractor. The Contracting Officer and the contractor shall negotiate the change into the contract under the provisions of the contract clause entitled "Changes." Failure of the contractor to submit a price proposal within 30 days from receipt of changes shall entitle the government to performance in accordance with such change, at no increase in price. SEE ATTACHMENT (Additional Documents - Air Force Standards)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/90CONS/FE4613-10-Q-1025/listing.html)
 
Place of Performance
Address: 90 MDG, 6900 Alden Dr, Bldg 160, F. E. Warren AFB, WY 82005, F. E. Warren AFB, Wyoming, 82005, United States
Zip Code: 82005
 
Record
SN02277514-W 20100912/100911000937-8636ffa72885cfd8255c40c49000c5b6 (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.