Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 03, 2015 FBO #4878
SOLICITATION NOTICE

65 -- Medical Laboratory Director - Attachment #1 - Statement of Work - Attachment #2 - Moody Instructions - Attachment #3 - Pricing Schedule

Notice Date
4/1/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, Air Combat Command, 23 CONS, 4380B Alabama Rd, Moody AFB, Georgia, 31699-1794
 
ZIP Code
31699-1794
 
Solicitation Number
FA4830-15-Q-0036
 
Archive Date
5/9/2015
 
Point of Contact
Brady Cox, Phone: 2292572509, Lucas W. Richardson, Phone: 229-257-5588
 
E-Mail Address
brady.cox.2@us.af.mil, lucas.richardson@us.af.mil
(brady.cox.2@us.af.mil, lucas.richardson@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Pricing Schedule for Medical Laboratory Director Moody Instructions Statement of Work for Medical Laboratory Director This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. All references to offer/offeror are deemed to have the meaning of quote/quoter and any quote received in response to this RFQ is not binding until contractor signs the purchase order issued at time of award or starts performance. The solicitation number for this procurement is FA4830-15-Q-0036 and is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-79, Defense Acquisition Circular (DAC) 91-13 (Correction) and Air Force Acquisition Circular (AFAC) 2014-1001. The North American Industry Classification System (NAICS) is 621511. The small business size standard is $32.5 million. This acquisition will be set aside 100% for Small Business in accordance with Federal Acquisition Regulation (FAR) 19.502-2(a). Local clauses can be viewed at Attachment 3: Moody Instructions. Description: The Contractor shall provide one (1) Medical Laboratory Consultant to perform monthly on-site reviews for various procedures, equipment checks, and preventative maintenance. See Attachment 1: Statement of Work (SOW) for full description of the requirement. Quotations must be submitted on Attachment 3: Pricing Schedule which indicates the period of performance for each period. FOB Point: Destination (Moody AFB, GA) Provision at FAR 52.212-1, Instruction to Offerors- Commercial items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ Number; Time Specified for Receipt of Quotations; Name, Address, Telephone Number of Quoter; Name and Email address of authorized representative to discuss quote; Any discount terms and acknowledgement of all solicitation amendments (if applicable). Quoters shall insert unit prices in the attached pricing schedule and round to the nearest cent (for example tiny_mce_marker.02 not tiny_mce_marker.0231) and sign below indicating prices to be used. By signing, the quoter agrees with all terms, conditions, and provisions included in the solicitation. Quotations shall also contain all other documentation specified herein. Late Quotations: Request for quotations or modification of quotations received at the address specified for the receipt of quotations after the exact time specified for receipt of quotations may not be considered. All quoters must be System for Award Management (SAM) registered, to include the online representation and certification application. Information concerning SAM requirements may be viewed via the internet at https://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. Quoters that fail to furnish the required representation information via submission or SAM registration, or reject the terms and conditions of the RFQ, may be excluded from consideration. The below listed Federal Acquisition Regulation (FAR), Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) clauses and provisions apply to this solicitation and pursuant contract. All clauses may be viewed in full text via the internet at http://farsite.hill.af.mil/. The following clauses are incorporated by reference. FAR 52.204-9 Personal Identity Verification of Contractor Personnel Jan-11 FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards Jul-13 FAR 52.204-13 System for Award Management Maintenance Jul-13 FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment Aug-13 FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations Dec-14 FAR 52.212-4 Contract Terms and Conditions-Commercial Items May-14 FAR 52.219-6 Notice of Total Small Business Set-Aside Nov-11 FAR 52.219-7 Notice of Partial Small Business Set-Aside Jun-03 FAR 52.219-28 Post Award Small Business Program Representation Apr-12 FAR 52.222-1 Notice to the Government of Labor Disputes Feb-97 FAR 52.222-3 Convict Labor Jun-03 FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies Mar-12 FAR 52.222-21 Prohibition of Segregated Facilities Feb-99 FAR 52.222-41 Service Contract Act of 1965 Nov-07 FAR 52.223-5 Pollution Prevention and Right-to-Know Information May-11 FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving Aug-11 FAR 52.227-1 Authorization and Consent Dec-07 FAR 52.232-23 Assignment of Claims May-14 FAR 52.232-23 Alt I Assignment of Claims - Alternate I Apr-84 FAR 52.232-33 Payment by Electronic Funds Transfer - System for Award Management Jul-13 FAR 52.232-39 Uneforceability of Unauthorized Obligations Jun-13 FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-13 FAR 52.233-1 Disputes May-14 FAR 52.233-4 Applicable Law for Breach of Contract Claim Oct-04 FAR 52.233-3 Protest After Award Aug-96 FAR 52.237-1 Site Visit Apr-84 FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation Apr-84 FAR 52.242-15 Stop-Work Order Aug-89 FAR 52.245-1 Government Property Apr-12 FAR 52.245-9 Use and Charges Apr-12 FAR 52.249-4 Termination for Convenience of the Government (Services) (Short Form) Apr-84 DFARS 252.201-7000 Contracting Officer's Representative Dec-91 DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11 DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13 DFARS 252.204-7000 Disclosure of Information Aug-13 DFARS 252.204-7003 Control of Government Personnel Work Product Apr-92 DFARS 252.204-7006 Billing Instructions Oct-05 DFARS 252.204-7012 Safeguarding of Unclassified Controlled Technical Information Nov-13 DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors Feb-14 DFARS 252.211-7007 Reporting of Government-Furnished Property Aug-12 DFARS 252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials Sep-14 DFARS 252.225-7048 Export-Controlled Items Jun-13 DFARS 252.232-7010 Levies on Contract Payments Dec-06 DFARS 252.243-7001 Pricing Of Contract Modifications Dec-91 DFARS 252.244-7000 Subcontracts for Commercial Items Jun-13 DFARS 252.245-7001 Tagging, Labeling, and Marking of Government-Furnished Property Apr-12 DFARS 252.245-7002 Reporting Loss of Government Property Apr-12 DFARS 252.245-7003 Contractor Property Management System Administration Apr-12 DFARS 252.245-7004 Reporting, Reutilization, and Disposal May-13 DFARS 252.247-7023 Transportation of Supplies by Sea - Basic Apr-14 AFFARS 5352.204-9000 Notification of Government Security Activity and Visitor Group Security Agreements Mar-12 AFFARS 5352.215-9000 Facility Clearance May-96 AFFARS 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) Nov-12 AFFARS 5352.242-9000 Contractor Access to Air Force Installations Nov-12 The following clauses will be incorporated by reference in the pursuant contract with additional information for fill-ins as follows: FAR 52.217-8 Option to Extend Services, with blank filled in indicating "thirty (30) days" Nov-99 FAR 52.217-9 Option to Extend the Term of the Contract, with first blank indicating "thirty (30) days"; second blank indicating "sixty (60) days"; third blank indicating "twelve (12) months." Mar-00 The following clauses will be incorporated by full text in the pursuant contract. FAR 52.212-5 Contract terms and conditions required to implement statutes or executive orders-Commercial items (DEVIATION 2013-O0019) Jul-14 FAR 52.222-42 Statement of Equivalent Rates for Federal Hires May-14 DFARS 252.237-7023 Continuation of Essential Contractor Services Oct-10 AFFARS 5352.201-9101 Ombudsman Apr-14 The below listed provisions apply to the RFQ only and must be printed and returned with the quote. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Dec-14 FAR 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items - Alternate I Oct-14 The below listed provisions apply to the solicitation only for informational purposes and may require the quoter to submit documentation as applicable. FAR 52.204-7 System for Award Management Jul-13 FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation Dec-14 FAR 52.212-1 Instructions to Offerors -- Commercial Items Apr-14 FAR 52.217-5 Evaluation of Options Jul-90 FAR 52.222-22 Previous Contracts and Compliance Reports Feb-99 FAR 52.222-25 Affirmative Action Compliance Apr-84 DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11 DFARS 252.204-7004 Alternate A, System for Award Management Feb-14 DFARS 252.204-7011 Alternative Line Item Structure Sep-11 NOTE: There is not currently a Department of Labor Wage Determination for this requirement. All employees working on this requirement will be paid in accordance with Executive Order 13658. Response Time: Quotations will be accepted at the 23d Contracting Squadron located at 4380B Alabama Rd, B932, Moody AFB, GA 31699 no later than 10:00 AM Eastern on Friday, 24 April 2015. All quotations shall be marked with the RFQ number and title. Email quotations, to be sent to both points of contact, will be accepted and are encouraged; however, no facsimile quotations will be accepted. Any questions from industry must be received in writing to the primary and alternate email addresses listed below no later than 4:00 PM Eastern on 10 April 2015. No official site visit will be conducted. Evaluation: IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the quoter whose quotation is judged to represent the best value to the Government based on Price (summation of base and all option years) and Technical Factors. Technical Factors are significantly more important than price. Technical Factors: To be technically acceptable, the quoter shall submit an Essential Services Plan IAW DFARS 252.237-7023, and a resume for one (1) Medical Laboratory Consultant, demonstrating that the Medical Laboratory Consultant has the following minimum qualifications: 1.Medical Director (MD) or Director of Operations (DO) with current medical license in state of laboratory's location AND Board-certified in Anatomic and/or Clinical Pathology; OR MD, DO, or Deputy Program Manager (DPM) with current medical license in state of laboratory's location and laboratory training/experience consisting of: High Complexity Laboratory Director/Clinical Consultant, Medical Technologist, Microbiology/Bacteriology, Chemistry/Chemical Pathology, Hematology/Coagulation, Mycology, Parasitology, Point of Care Testing, Quality Improvement/Safety, Urinalysis, Virology, Serology/Immunology 2. One (1) year directing or supervising non-waived tests AND two (2) years' experience directing/supervising high complexity testing and laboratory training during medical residency. 3. Doctorate degree in chemical, physical, biological or clinical laboratory sciences and possess board certification.4. For Waived Testing: MD, DO or DPM licensed to practice in the jurisdiction where the laboratory is located; or qualified as director of a high complexity laboratory. Selection of Awardee: The Government reserves the right to select a quoter offering a more highly qualified Medical Laboratory Consultant meeting some or all of the qualifications in paragraph 1.3 of the PWS over an alternative meeting fewer of the qualifications. Primary Point of Contact: SrA Brady Cox, Email: brady.cox.2@us.af.mil, Phone: 229-257-2509. Alternate Point of Contact: SrA Lucas Richardson, Email:lucas.richardson@us.af.mil, Phone: 229-257-5588. ATTACHMENTS: Attachment 1 - Statement of Work (SOW) Attachment 2 - Moody Instructions Attachment 3 - Pricing Schedule
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/347CONS/FA4830-15-Q-0036/listing.html)
 
Place of Performance
Address: Moody AFB, Moody AFB, Georgia, 31699, United States
Zip Code: 31699
 
Record
SN03685938-W 20150403/150401235221-cbfcfa3721af9848dd5c4888a2f2363a (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.