Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 8, 2000 PSA #2743
SOLICITATIONS

Q -- LABORATORY TESTING SERVICES

Notice Date
December 6, 2000
Contracting Office
USPFO for Utah, P.O. Box 2000, 12953 Minuteman Drive, Draper, UT 84020-2000
ZIP Code
84020-2000
Solicitation Number
DAHA42-01-T-0001
Response Due
December 20, 2000
Point of Contact
Sherri D. Shepherd, Contracting Officer, (801)523-4093
E-Mail Address
click here to contact the contracting officer via (shephers@ut-arng.ngb.army.mil)
Description
The Utah National Guard is issuing a combined synopsis/solicitation for commercial services 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, quotes are hereby requested. A written solicitation will not be issued. This is issued as a Request for Quote (RFQ), Number DAHA42-01-T-0001, which incorporates provisions and clauses in effect through Federal Acquisition Circular 97-20. This requirement is for one (1) year from date of award with two (2) option years. Provide pricing for the base year and each option year for the following tests using estimated quantities: BASE YEAR, CLIN 0001, approximately 150 CMP/Lipid Panel tests at $____.__ per test; CLIN 0002, approximately 800 CMP/Lipid Panel/Hemogram tests at $____.__ per test; CLIN 0003, approximately 50 CMP/Lipid Panel/Hemogram/UA w/Microscopic tests at $____.__ per test; CLIN 0004, approximately 700 CMP/Lipid Panel/Hemogram/PSA/UA w/Microscopic tests at $____.__ per test; CLIN 0005, approximately 60 CMP/Lipid Panel/Hemogram/RPR tests at $____.__ per test; CLIN 0006, approximately 80 CMP/Lipid Panel/Hemogram/RPR/Hemoglobin Sol tests at $____.__ per test; CLIN 0007, approximately 25 complete blood count tests at $____.__ per test; CLIN 0008, approximately 20 Hemogram tests at $____.__ per test; CLIN 0009, approximately 25 RPR tests at $____.__ per test; CLIN 0010, approximately 5 UA tests at $____.__ per test; CLIN 0011, approximately 30 UA w/Microscopic tests at $____.__ per test; CLIN 0012, approximately 20 PSA tests at $____.__ per test; CLIN 0013, approximately 25 Hemoglobin Solubility (Sickledex) tests at $____.__ per test; CLIN 0014, approximately 50 PAP Smear tests at $____.__ per test; CLIN 0015, approximately 200 Blood Typing tests at $____.__ per test; CLIN 0016, approximately 15 HCG (Pregnancy) tests at $____.__ per test; CLIN 0017, approximately 40 Cholinesterase tests at $____.__ per test; CLIN 0018, approximately 250 Panel nine drug screen w/50ng/ml marijuana and ethanol tests at $____.__ per test. OPTION YEAR ONE, CLIN 1001, approximately 150 CMP/lipid Panel tests at $____.__ per test; CLIN 1002, approximately 800 CMP/Lipid Panel/Hemogram tests at $____.__ per test; CLIN 1003, approximately 50 CMP/Lipid Panel/Hemogram/UA w/Microscopic tests at $____.__ per test; CLIN 1004, approximately 700 CMP/Lipid Panel/Hemogram/PSA/UA w/Microscopic tests at $____.__ per test; CLIN 1005, approximately 60 CMP/Lipid Panel/Hemogram/RPR tests at $____.__ per test; CLIN 1006, approximately 80 CMP/Lipid Panel/ Hemogram/RPR/Hemoglobin Sol tests at $____.__ per test; CLIN 1007, approximately 25 complete blood count tests at $____.__ per test; CLIN 1008, approximately 20 Hemogram tests at $____.__ per test; CLIN 1009, approximately 25 RPR tests at $____.__ per test; CLIN 1010, approximately 5 UA tests at $____.__ per test; CLIN 1011, approximately 30 UA w/Microscopic tests at $____.__ per test; CLIN 1012, approximately 20 PSA tests at $____.__ per test; CLIN 1013, approximately 25 Hemoglobin Solubility (Sickledex) tests at $____.__ per test; CLIN 1014, approximately 50 PAP Smear tests at $____.__ per test; CLIN 1015, approximately 51 Blood Typing tests at $____.__ per test; CLIN 1016, approximately 15 HCG (Pregnancy) tests at $____.__ per test; CLIN 1017, approximately 40 Cholinesterase tests at $____.__ per test; CLIN 1018, approximately 250 Panel nine drug screen w/50ng/ml marijuana and ethanol tests at $____.__ per test. OPTION YEAR TWO, CLIN 2001, approximately 150 CMP/Lipid Panel tests at $____.__ per test; CLIN 2002, approximately 800 CMP/Lipid Panel/Hemogram tests at $____.__ per test; CLIN 2003, approximately 50 CMP/Lipid Panel/Hemogram/UA w/Microscopic tests at $____.__ per test; CLIN 2004, approximately 700 CMP/Lipid Panel/Hemogram/PSA/UA w/Microscopic tests at $____.__ per test; CLIN 2005, approximately 60 CMP/Lipid Panel/Hemogram/RPR tests at $____.__ per test; CLIN 2006, approximately 80 CMP/Lipid Panel/Hemogram/RPR/Hemoglobin Sol tests at $____.__ per test; CLIN 2007, approximately 25 complete blood count tests at $____.__ per test; CLIN 2008, approximately 20 Hemogram tests at $____.__ per test; CLIN 2009, approximately 25 RPR tests at $____.__ per test; CLIN 2010, approximately 5 UA tests at $____.__ per test; CLIN 2011, approximately 30 UA w/Microscopic tests at $____.__ per test; CLIN 2012, approximately 20 PSA tests at $____.__ per test; CLIN 2013, approximately 25 Hemoglobin Solubility (Sickledex) tests at $____.__ per test; CLIN 2014, approximately 50 PAP Smear tests at $____.__ per test; CLIN 2015, approximately 51 Blood Typing tests at $____.__ per test; CLIN 2016, approximately 15 HCG (Pregnancy) tests at $____.__ per test; CLIN 2017, approximately 40 Cholinesterase tests at $____.__ per test; CLIN 2018, approximately 250 Panel nine drug screen w/50ng/ml marijuana and ethanol tests at $____.__ per test. STATEMENT OF WORK: (A) GENERAL: (1) The vendor must be CLIA certified. (2) Vendor will supply lab test request forms, tubes, specimen cups, slides, and all other necessary laboratory supplies to the Utah National Guard for use on this contract. (2) Retrieval of lab results must be available through the internet. (3) Most of the testing will be done on weekends. (4) Vendor must accept the government purchase card (VISA) for payment. (B) SPECIFIC TASKS: (1) An estimated quantity for each test required will be provided by phone to the vendor approximately 3 days prior to the testing. The oral order will be followed by submission of the Lab Test Request Form indicating the exact number of each test required. (2) Specimens are to be picked up at Troop Medical Clinic, Building 620, 17800 Camp Williams Road (Redwood Road), Riverton, Utah, and Army Aviation (Airport #2), 7602 South 4470 West, West Jordan, Utah. (3) Results are to be delivered to SFC Gary Fleming, Utah National Guard Headquarters, 12953 South Minuteman Drive, Draper, Utah within 72 hours of pickup. (C) APPLICABLE PROVISIONS AND CLAUSES: (1) FAR 52.212-1, Instructions to Offeror -- Commercial Items, Addendum paragraph (d) Product Samples -- delete in its entirety, paragraph (h) Multiple Awards -- delete in its entirety, the government plans to award a single contract resulting from this solicitation; (2) FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, all offerors are to include a completed copy of the representations and certifications with their offer (a copy of FAR 52.212-3 in full text is available at www.arnet.gov/far or upon request from this contracting office); (3) FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, Addendum add as paragraph (t) FAR 52.217-9, Option to Extend the Term of the Contract (a) 30 days (c) 36 months; add as paragraph (u) FAR 52.232-19, Availability of Funds for the Next Fiscal Year, one (1)year from date of contract award, one (1) year from date of contract awrd; (4) DFAR 252.204-7004, Required Central Contractor Registration; (5) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes and Executive Orders -- Commercial Items, the following clauses are applicable and incorporated by reference: FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Registration; FAR 52.232-36, Payment by Third Party. (D) EVAULATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) technical factors, consideration of technical approach, capabilities to provide services required; (2) past performance, caliber of offeror's performance on previous contracts; and (3) total cost or price. (E) INSTRUCTIONS: Offers shall include: (1) a cost and technical proposal, (2) FAR 52.212-3 Representations and Certifications -- Commercial Items, filled in completely, (3) a list of at least three contracts completed or currently in process within the past three years of similar and related work covered by this solicitation to include POC and phone number. Failure to provide items 1-3 listed above with your offer, may cause your offer to be considered non-responsive. To receive award, the offeror must be registered in the Central Contractor Registration (CCR) database which can be accessed at web site www.ccr2000.com or call CCR Assistance Center toll free at 1-888-227-2423. Offers shall be submitted NLT 2:00 P.M. local time on December 20, 2000 to USPFO for Utah, Attention Sherri Shepherd, 12953 South Minuteman Drive, P.O. Box 2000, Draper, Utah 84020-2000 or by fax to 801-523-4843. All offers must arrive at the place and by the time specified. All offers shall be clearly marked with the quotation number, offerors name and address, point of contact, phone number, fax number, and e-mail address (if available).
Record
Loren Data Corp. 20001208/QSOL005.HTM (W-341 SN508281)

Q - Medical Services Index  |  Issue Index |
Created on December 6, 2000 by Loren Data Corp. -- info@ld.com