Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 13, 2017 FBO #5803
MODIFICATION

Q -- STAT METHOTREXATE & BORDETELLA PERTUSSIS TESTING

Notice Date
10/11/2017
 
Notice Type
Modification/Amendment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PZIO - WPAFB, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-17-A-0028
 
Archive Date
10/28/2017
 
Point of Contact
Frank M Batz, Phone: 9372570997
 
E-Mail Address
frank.batz@us.af.mil
(frank.batz@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation ("synopsitation" hereafter), which is expected to result in award of a Blanket Purchase Agreement (BPA) for commercial items, i.e. Bordetella Parapertussis/Pertussis and Methotrexate Testing Service as described under the paragraph below titled "Requirements." The synopsitation is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) 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. One or more BPAs may be awarded and a BPA may be awarded for all or only some of the items an offeror proposes to provide. To be eligible for award: •(a) the offeror's proposal must conform to the requirements of the synopsitation; •(b) each item to be included in a resulting BPA must receive a rating of "Acceptable" on the Technical evaluation factor; •(c) the unit price of each item to be included in a resulting BPA must be determined to be fair and reasonable based on price analysis, as described in FAR 13.106-3(a); and •(d) the offeror must be determined to be responsible based on the standards in FAR 9.104 Proposal evaluation does not permit tradeoffs between price and non-price factors. The Government reserves the right to (1) award without discussions or make no award at all depending upon (1) the quality of proposals received and (2) whether proposed prices are determined to be fair and reasonable. Synopsitation Number: FA8601-17-A-0028. Set Aside: Not Set Aside NAICS Code: 621511: Medical Laboratories Small Business Size Standard: 500 Employees Acceptable means of Submission: All submissions must be submitted electronically to the following email address frank.batz@us.af.mil by 13 October 2017 by 1:00 p.m. EST. Any correspondence sent via e-mail must contain the subject line "Synopsitation FA8601-17-A-0028." The entire proposal must be contained in a single e-mail that does not exceed 5 megabytes including attachments, if any. E-mails with compressed files are not permitted. Note that e-mail filters at Wright-Patterson Air Force Base are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e.,.exe or.zip files). Therefore, if the specified subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson. If sending attachments with email, ensure only.pdf,.doc,.docx,.xls or.xlsx documents are sent. The email filter may delete any other form of attachments. This solicitation incorporates FAR provisions and clauses in effect through Federal Acquisition Circular (FAC) Fac 2005-95, effective 19 Jan 2017; Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20161222, effective 22 Dec 2016; and Air Force Federal Acquisition Regulation Supplement (AFFARS) Air Force Acquisition Circular (AFAC) 2017-0127, effective 27 Jan 2017. Address questions regarding this synopsitation to Frank Batz telephonically at (937) 257-0997 or via e-mail at f rank.batz@us.af.mil. A detailed description of the requirement, specific instructions for submission of proposals, and how proposals will be evaluated are provided below. The draft BPA, including applicable provisions and clauses, representations and certifications and other terms and conditions is an integral part of this synopsitation and is attached. Upon award, the Additional Instructions to Offerors, Evaluation Factors, provisions, and representations and certifications in the synopsitation (including in the draft BPA) will be removed from the award document. Delivery Schedule: As scheduled following award Delivery Destination: 88 MDSS/SGSM Attn: SSgt Brison King 4881 Sugar Maple Drive Wright-Patterson AFB, OH 45433 Delivery Type: FOB Destination (As defined in FAR 2.101-Definitions, the seller or consignor is responsible for the cost of shipping and risk of loss.) Inspection and Acceptance: Both inspection and acceptance will be by the Government at Destination. Requirement: The Government, specifically the Medical Treatment Facility (88 MDSS/SGSM) located at Wright-Patterson AFB, OH has the requirement for Bordetella Parapertussis/Pertussis and Methotrexate testing services.The following is the list of requirements: •1. Contractor shall have licensure/certification with the College of American Pathologists, and Health Care financing agencies suc h as Medicaid and the Clinical Laboratory Improvement Amendments (CLIA) Program, and State licensur e where required. Any secondary laboratory used by the contractor to provide services to WPAFB shall also have appropriate licensure/certification. •2. Laboratory Flight, 88 th Medical Group (MDG), Wright-Patterson Air Force Base, hereafter referred to as the "Government," shall receive STAT laboratory samples for Methotrexate and Bordetella pertussis PCR testing no later than 1 hour from the time of collection. •3. Contractor shall have the ability to perform and complete Methotrexate testing within 1 hour of receiving patient specimen(s), and no more than 4 hours from the time of collection, to include providing a hard copy of all results to the Government. The preferred method of resulting is by fax transmission to (937) 656-1057 coupled with a phone call to alert WPAFB laboratory personnel of the completed result and incoming fax. •4. Contractor shall have the ability to perform and complete Bordetella pertussis polymerase chain reaction (PCR) testing within 24 hours of receiving patient specimen(s), and no more than 36 hours from time of collection, to include providing a hard copy of all results to the Government. The preferred method of resulting is by fax transmission to (937) 656-1057 coupled with a phone call to alert WPAFB laboratory personnel of the completed result and incoming fax. •5. Contractor shall invoice the Government, either by mail or electronic mail no later than ten business days from the time of laboratory testing performed by the contractor. •6. Uses and Safeguarding of Information: Contractor shall maintain privacy of patient information at all times, and adhere to all guidelines and issuance under the Health Insurance Portability and Accountability Act (HIPAA). •7. Contractor shall have the ability to accept deliveries from courier services that are scheduled by the Government to deliver patient samples for testing to the contractor laboratory. Acceptance of deliveries shall be available 24 hours daily, 7 days a week due to the urgency of medical treatment on laboratory test results and the instability of the specimen delivered. •8. Vendor will furnish all supplies, equipment, and any repair/maintenance necessary to provide testing required for this contract. The Government will award a BPA 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. Technical Capability and Price will be used to evaluate all offers. The quotations may be in any format but MUST include: 1. Proposing company's name, address, DUNS number, Cage Code, and TIN 2. Point of contact's name, phone, and email 3. Quotation of Price List & Timeframe that the quote is valid (Minimum 1 Year) 6. Total price including shipping (Net 30), No Progress Payments 7. Shipping (FOB Destination) 8. Delivery Schedule Important Notice to Contractors: Quotations MUST also contain a complete description of items offered and any technical manuals or literature to clearly show that the items meet or exceed the requirements listed above. The Contracting Officer will review quotations based on the factors listed in this solicitation and the information furnished by the Offeror. Before price is considered, the proposal must meet the technical specifications of this solicitation. Important Notice to Contractors: All prospective awardees are required to register at the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Any award resulting from this solicitation will include DFARS Clause 252.232-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act of Fiscal Year 2001 requires any claims for payment (invoices) under DoD contract to be submitted in electronic form. Wide area Workflow- Receipt and Acceptance (WAWF-RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at no cost to the contractor. Contractors must complete vendor training, which is also available at no cost at http://www.wawftraining.com. Prior to submitting invoices in the production system, contractors must register for an account at http://wawf.eb.mil/. ITEM ESTIMATED ANNUAL QUANTITY Bordetella Parapertussis/Pertussis Testing 165 Mentotrexate Testing 297 NOTE: Quantities listed as estimates are based on historical consumption and are not be construed as purchases that the Government will actually make under the BPA. The Government is only obligated to the extent of authorized calls actually placed against the BPA. ADDITIONAL INSTRUCTIONS TO OFFERORS The following paragraphs in the provision at FAR 52.212-1-Instructions to Offerors-Commercial Items are tailored as follows: •(a) North American Industry Classification System (NAICS) code and small business size standard are as specified above •(b) Submission of offers is as prescribed in the text of this synopsitation (c) Offer Acceptance and Validity Dates : This paragraph of the provision regarding the period during which the offeror agrees to hold the prices in its offer firm is amended to read 90 days. (e) Multiple Offers is hereby deleted from this solicitation and that paragraph is marked RESERVED Proposal Content: Proposals shall consist of two separate parts, a technical proposal and a price proposal. Proposal Detail: The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of stated claims. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to meet the listed requirements. Offerors shall assume that the Government has no prior knowledge of their facilities and experience, and will base its evaluation on the information presented in the offer submitted. Embellishments Not Desired: Elaborate brochures or documentation, binding, detailed artwork or other embellishments are unnecessary and are not desired. Technical Proposal: Describe how the offeror will provide quotations for the Bordetella Parapertussis/Pertussis and Methotrexate testing and other supplies described above under "Requirements". Price Proposal: Price List: The offeror shall provide a price list that includes each of the Bordetella Parapertussis/Pertussis and Methotrexate testing, the services of a certified technician, and all supplies utilized during the procedure listed above under "Requirements." The price list must specify an effective date, which shall be the date that proposals are due and have an expiration date no earlier than one year from the date that proposals are due. The price list must list the rental, technician and individual consumables, the unit of issue, and the unit price. Prices should be proposed as F.o.b. destination per the definition in FAR 2.101-Definitions, which can be accessed at http://farsite.hill.af.mil/vffara.htm. Representations and Certifications: Offerors shall submit the following representations and certifications, which are incorporated into the draft BPA with its price proposal. FAR 52.212-3-Offeror Representations and Certifications -Commercial Items (April 2016) with its Alternate I (October 2014) If the offeror has not completed the representations and certifications listed above online in the System for Award Management ( http://www.sam.gov ), the offeror shall complete these representations and certifications ( as prescribed therein ) and submit them with the offeror's price proposal. EVALUATION FACTORS The Government will use Simplified Acquisition Procedures permitted by FAR 13.5-Test Program for Certain Commercial Items to evaluate proposals submitted in response to the solicitation. The factors that shall be used to evaluate proposals are Technical and Price, as expounded below. FACTOR 1 - Technical: Pursuant to evaluation of all requirements, the Technical factor will receive and overall rating of either "Acceptable," or "Unacceptable" using the rating and descriptions in the table below: Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation. Unacceptable Proposal does not clearly meet the minimum requirement of the solicitation. In determining whether a technical proposal is Acceptable or Unacceptable, the Government will consider the extent to which the technical proposal demonstrates the offeror's ability to meet all evaluation factors as listed under "Perfromance Work Statement". FACTOR 2 Price: Price proposals will be evaluated to determine if unit prices are fair and reasonable using the techniques described in FAR 13.106-3(a). Evaluation Process: •(a) The Government will initiate concurrent evaluation of all evaluation factors on all proposals. The Government will consider, throughout the evaluation, the "correction potential" of a proposal including whether any proposal deficiency can be rectified and whether any uncertainty can be resolved. The judgment of such "correction potential" is within the sole discretion of the Government. •(b) If pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, and in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable; the Contracting Officer (CO) may open discussions and may continue discussions as long as, in the Government's judgment, the deficiency is rectifiable or the uncertainty is resolvable. •(c) For the purpose of conducting discussions, if the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, the entire proposal will be rated "Unacceptable." At the conclusion of discussions, if the Technical factor is rated "Unacceptable" or if any deficiency or uncertainty relative to the proposal has not been resolved, evaluation of that proposal will be considered final. The entire proposal will be rated "Unacceptable" and no further consideration will be given to that proposal for award. •(d) For the purpose of award without discussions, if pursuant to initial evaluation, the Government rates the Technical factor as "Unacceptable" or if the Government determines that there is some other deficiency or uncertainty relative to an offeror's proposal, notwithstanding that any deficiency may be rectifiable or any uncertainty may be resolvable, the entire proposal will be rated "Unacceptable," the initial evaluation will be the final evaluation, and no further consideration will be given to that proposal for award. Unless the Government has received a prior written notice that an offeror has withdrawn its proposal, the Government may accept the proposal in whole or in part before the proposal's expiration date. Attachment: Draft BPA Performance Work Statement FAR 52.222-22 FAR 52.222-25 FAR 52.209-2 FAR 52.212-3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-17-A-0028/listing.html)
 
Place of Performance
Address: Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN04710884-W 20171013/171011231106-90657a4828fd0ff88e35e71eb7ef28fd (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.