SOLICITATION NOTICE
Q -- Laboratory Tests for Metabolic Disorders for Infants Born at Naval Hospital, Camp Pendleton
- Notice Date
- 9/16/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244, FISC San Diego, Code 240, 937 North Harbor Drive, San Diego, CA 92132
- ZIP Code
- 92132
- Solicitation Number
- N0024402T1771
- Point of Contact
- LT Fred Dini 619-532-3955 LT Fred Dini, SC, USN Phone: 619-532-3955 Fax: 619-532-2347 E-mail: frederick_m_dini@sd.fisc.navy.mil
- E-Mail Address
-
Email your questions to Click here to contact LT Dini to submit proposals or to inquire about this solicitation.
(frederick_m_dini@sd.fisc.navy.mil)
- Description
- FISC San Diego is announcing its issuance of a Request for Quote (RFQ) for Procurement of Laboratory Tests for Metabolic Disorders for Infants Born at Naval Hospital, Camp Pendleton. This is a synopsis for commercial supplies/services 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; proposals are being requested and a written solicitation will not be issued. Solicitation number RFQ N00244-02-T-1771 applies. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-09 and Defense Acquisition Circular 91-13. This announcement is published as a Total Small Business Set-Aside action per FAR 52.219-1 and 52.219-6. This procurement is restricted; all responsible sources m ay submit an offer. The standard industrial code is 8071; the NAICS code is 621511. The business size standard is $11.5 million. This requirement is for a fixed priced contract with a base year plus three (3) option years. THE AGENCY NEEDS IS FOR: CLIN 0001: Base year: One (1) Year; Laboratory testing services for metabolic disorders for infants born at naval Hospital, Camp Pendleton, CA 92055-5191, for the period 01 Oct 2002 through 30 Sep 2003. See Statement of Work below for performance specifications. CLIN 0002: Option year one: One (1) Year; same supplies and services as in CLIN 0001, for the period 01 Oct 2003 through 30 Sep 2004. CLIN 0003: Option year two: One (1) Year; same supplies and services as in CLIN 0001, for the period 01 Oct 2004 through 30 Sep 2005. CLIN 0004: Option year three: One (1) Year; same supplies and services as in CLIN 0001, for the period 01 Oct 2005 through 30 Sep 2006. NOTE TO OFFERORS: Quotes must include any applicable shipping/delivery charges in the unit prices. STATEMENT OF WORK: 1. Contractor to provide blood spot specimens. Each specimen submitted will be tested for a minimum of the following diseases: Phenylketonuria (PKU), Biotinidase Deficiency (BIO), Cystic Fybrosis (CF), Calactosemia-titalgalactose (TGAL), Galactose-1-Phosphate uridy transferase (GALT), Hypothyroidism thyroxine (T4), Thyroid stimulating hormone (TSH), and Hemoglobinopathies (HB). 2. Naval Hospital will properly collect, dry at room temperature for at least 2 to 4 hours, and send via first class mail or more expedient means to contractor's laboratory. 3. Contractor will supply on request, newborn-screening forms for sample collection, informational pamphlets, and mailing envelopes (no additional charge for these supplies). 4. As soon as testing is complete, Contractor will telephone all positive screening results requiring immediate follow-up testing, with certified report sent by first class mail as soon as possible to Naval Hospital Camp Pendleton Laboratory. Those results that do not require immediate follow-up will be sent by certified first class mail as soon as testing is complete. 5. Head of Laboratory Department, or his/her designated representative is authorized to accept telephone reports of positive test results and unsatisfactory specimens. 6. Naval Hospital Camp Pendleton Laboratory will provide appropriate follow-up testing and genetic counseling to all patients/families identified or at risk for one of the above genetic diseases. All positive test results must be confirmed. 7. Contractor shall provide a monthly report of all patients tested to Naval H ospital Camp Pendleton at no cost. DELIVERY: All delivery shall be made FOB Destination to Commanding Officer, Laboratory Department (Code 05C), Naval Hospital Box 555191, Camp Pendleton, CA 92055-5191. The Point of Contact for technical requirements is HM2 Gervacio, Supply Petty Officer, phone number 760-725-1490. Inspection and acceptance shall be made at destination by the government. PROVISION: FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Addendum to FAR 52.212-1, Paragraph (b)(5): Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. ADDENDUM TO FAR 52.212-1: FAR 52.215-5, Facsimile Proposals. IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registratio n" applies to all solicitations issued on or after 06-01-98. Lack of registration in the CCR database will make an offeror / quoter INELIGIBLE FOR AWARD. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or visit the Internet at http://www.ccr.gov for more information. PROVISION: 52.212-2, Evaluation - Commercial Items, applies with paragraph (a) completed as follows: Award will be made to the offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable, the offeror must furnish product literature that demonstrates the products offered meet all requirements stated in this solicitation. PROVISION: Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their o ffer. CLAUSE: 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 52.232-18, Availability of Funds; FAR 52.232-19, Availability of Funds for the Next Fiscal Year; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.217-5, Evaluation of Options. CLAUSE: 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the V ietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-34, Payment by Electronic Funds Transfer--Other than Central Contractor Registration. PROVISION: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.247-7024, Notification of Transportation of Supplies by Sea. ADDENDUM TO DFARS 252.212-7001: The following provisions are hereby incorporated by reference o r full text as appropriate: DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7000, Buy American Act and Balance of Payment Program Certificate. OFFERORS ARE REQUIRED TO COMPLETE AND INCLUDE A COPY OF THE FOLLOWING DOCUMENTS WITH THEIR PROPOSALS: (1) FAR 52.212-3, Offeror Representation and Certifications - Commercial Items; and (2) DFARS 252.225-7000, Buy American Act and Balance of Payment Program Certificate. NUMBERED NOTES: See Numbered Note (13). NOTE ON CLAUSES: The full text of the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.deskbook.osd.mil under "Reference Library." INFORMATION ON QUOTES: Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead , formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR and DFARS certifications and representations specified above must also accompany your quote. Quotes must be received no later than 12:00 PM, local time, 9/23/02, and will be accepted via fax (619-532-2347) or via e-mail (frederick_m_dini@sd.fisc.navy.mil). Quotes submitted as an attachment to an e-mail should be sent in Word Version 6.0 or higher. Contact LT Fred Dini for more information regarding this solicitation at 619-532-3955.
- Web Link
-
Click here to download all FAR and DFARS clauses.
(http://www.deskbook.osd.mil)
- Record
- SN00168072-W 20020918/020916213815 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |