Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 03, 2010 FBO #3296
SOLICITATION NOTICE

Q -- Laboratory and Radiology Services

Notice Date
12/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
N00259 NAVAL MEDICAL CENTER SAN DIEGO MATERIAL MANAGEMENT 34800 Bob Wilson Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0025911T0083
 
Point of Contact
Reynaldo de Vera 619-532-5564
 
Small Business Set-Aside
N/A
 
Description
This is a combined solicitation/synopsis for commercial items, prepared in accordance with the format in FAR 13.106-1(B) as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N00259-11-T-0083 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 622110; Size: 500. All interested bidders shall submit quotations electronically by email to reynaldo.devera@med.navy.mil or by facsimile at 619-532-5596, attention Rey de Vera. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 08 December 2010, 1:00PM Pacific Standard Time to be considered responsive. CLIN 0001 Laboratory and Radiology services QTY 10 Months $______ Period of Performance 13 December 2010 30 September 2011 As described by the enclosed Statement of Work & Schedule Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov Contractor MUST complete FAR 52.212-3, Offeror Representations and Certifications Commercial Items, when submitting a proposal. The website address is http://www.arnet.gov. SERVICE ADDRESS: Naval Hospital Oak Harbor, Clinical Support Services Laboratory, 3475 N Saratoga St. Oak Harbor, WA 98278-8800 The solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-27. This acquisition incorporates the following FAR clauses: 52.204-7 Central Contractor Registration (APR 2008) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAR 2007) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition Of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-36 Affirmative Action For Workers With Disabilities (JUN 1998) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-36 Payment by Third Party (MAY 1999) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) 52.212-2, Evaluation Commercial Items (JAN 1999), the following factors shall be used to evaluate offers: 1) Technical capability, 2) Price. All responsible sources may submit a quote which shall be considered. All responsible sources may submit a quotation which shall be considered by the agency. STATEMENT OF WORK Purpose: To provide continuity in the collection and analysis of biological specimens and the filming of diagnostic x-rays between the Occupational Health Unit at Marine Corps Logistic Base, Barstow and the Contractor. Contractor shall provide these services to include: 1.Collection of biological samples (blood and urine) by certified laboratory technicians Monday through Friday except on holidays from 0730 to 1600. Specimens shall be collected from each individual for specified tests as ordered by the Occupational Health Unit in accordance with medical surveillance and certification program requirements. See enclosure (1). 2.Analysis of collected biological specimens shall be completed by the contractor for each test ordered and results must be provided within twenty- four hours. Hard copies of results of all diagnostic results shall be transmitted electronically by fax or electronic messaging to the Occupational Health Unit. 3.In any emergent or STAT situation, results must be provided within one to two hours of collection. 4.The Occupational Health Unit shall be notified immediately by telephone of any abnormal (high risk) results. 5.Contractor must have films screen radiography (FSR) capability to obtain chest x-rays for CURRENT asbestos workers as required. For PAST asbestos workers, either FSR or digital chest x-rays (whether digital or computed radiography) may be used for medical surveillance. For current workers, all FSR chest x-rays must be on 14 x 17 film. For past workers, the digital x-rays must be printed full size onto 14 by 17 film for B-reading. Copies of all asbestos chest x-rays must be provided to the Occupational Health Unit for B-reading and filing as required by OSHA Asbestos Standard 29 CFR Section 1910.1001 and OPNAVINST 5100.23 Series. 6.Asbestos chest x-rays must be obtained according to Imaging System and X-ray Technique Recommendations. See enclosure (2) 7.During working hours ( Monday through Friday, 0730-1600), injured and/or ill Marine Corps Logistic Base employees reporting to contractor for x-rays must have wet readings completed and results provided to the Occupational Medicine Physician as soon as reasonably possible but no later than one hour after x-rays are completed. Results shall be conveyed either by telephone or written note. 8.Copies of x-rays shall be provided to Marine Corps Logistic Base employees upon request as needed for specialty referrals. Cost forecast: 1.Contractor shall provide a cost analysis of laboratory tests listed on enclosure (1). Provide a minimum of diagnostic tests per month to be rolled into the contract. 2.X-rays shall be charged on an as needed basis. Contractor shall provide detailed description of the cost of x-rays per anatomical (body) site. See enclosure (3). 3.Contractor shall submit invoices in quadruplicate every two weeks/month. Lab Test Total FirePMOCDCWeldPaintDoT&NonFLO/WTDeploy CBC w Diff707070 CBC7575 Chem 71607070 Lipids w Glucose33070709575 UA w Micro4407070280 UA23535557075 BUN27070703575 Creatnine27070703575 SGOT707070 AST195707035 Liver Function Panel16575 Uric Acid90 Total Calcium90 Alkaline Phosphatase90 PSA3535 HIV7575 CMP7575 Total Bili9090 TITERS MMR135103020 Hep B135103020 Varicella135103020 1x in life tests Blood Type7575 Blood Rh Factor7575 G6PD7575 Sickle Cell Screen7575 Post Deployment Draw5050 Aprox Total Draws =540 Aprox total tests =3,580 Enclosure (1) Table II. Imaging System and X-ray Technique Recommendations ParameterRecommendation or Requirement FilmMedium or high speed Screenor high speed Grid Ratio8:1 or 12:1 Lines/inch100 103 Focal Film Distance72 inches Film Size14 inches X 17 inches Film HolderAdjustable; cassette capable og being positioned vertically or horizontally ProjectionPosterior-anterior chest AnodeRotating Focal spot sizeMaximum 2 millimeters FiltrationMinimum 2.5 millimeters aluminum Timea. Less than 1/20 second b. 1/10 second if single pahse and less generator capacity than 300 milliamperes at 125 kilovolt peak or patient greater than 28 centimeters Milliamperes300 or greater Kilovoltage120 or greater Enclosure (2) Anatomical Sites for X-rays: 1.Skull Series 2.Cervical spine Series 3.Thoracic Spine Series 4.Lumbar Spine Series 5.Hip Right / Left/Both 6.Femur - Right/Left/Both 7.Leg Right/Left.Both 8.Knee Right/Left/Both 9.Ankle Right/Left/Both 10.Foot Right/Left/Both 11.Hand Right/Left/Both 12.Wrist Right/Left/Both 13.Elbow Right/Left/Both 14.Shoulder Right/Left/Both 15.Thumb/Fingers/Toes 16.Abdomen 17.Chest 18.Nasal Series 19.Facial Series Enclosure (3)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N00259/N0025911T0083/listing.html)
 
Record
SN02335892-W 20101203/101201234024-66d05859e4696e00acfadaff8553b680 (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.