SOLICITATION NOTICE
Q -- Laboratory Testing Services
- Notice Date
- 5/6/2005
- Notice Type
- Solicitation Notice
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of the Air Force, Air Combat Command, 2 CONS, 841 Fairchild Ave Ste 205, Barksdale AFB, LA, 71110-2271
- ZIP Code
- 71110-2271
- Solicitation Number
- FA4608-05-Q-S108
- Response Due
- 5/11/2005
- Archive Date
- 5/12/2005
- Description
- This is a combined synopsis/solicitation for commercial items or 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 what will be issued; quotes are being requested and a written solicitation will not be released. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4608-05-Q-S108, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03, Effective 11 Apr 2005 & Class Deviation 2005-O0001. The North American Industrial Classification System (NAICS) number is 621511 and the business size standard is $11,500,000. The proposed acquisition is unrestricted. Women owned and service disabled veteran owned small businesses are encouraged to submit quotes. LINE ITEM 0001: Laboratory Testing Services to be performed in accordance with the Statement of Work (SOW), attachment 1; Quantities for each test are variable, and will be evaluated on lowest overall price. This requirement will be a not to exceed purchase order with one (1) base year and four (4) one year options with the base year beginning 1 June 2005 and ending 31 May 2006. Delivery requirement: FOB for this RFQ is destination. All other delivery requirements are discussed within the attached SOW. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this acquisition and addendum as follows: Contractor shall submit their quote on company letterhead, provide solicitation number, name, address and telephone number of the offeror, unit pricing and an over all total price, cage code, DUNS number, size of business. The provisions at 52-212-2, Evaluation--Commercial Items applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsive responsible offeror at the overall evaluated lowest price. Offers shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, and the 252.212-7000 Offeror Representations and Certifications with its offer. The clause 52.212-4, Contract Terms and Conditions--Commercial Items, with the following addenda applies to this: FAR 52.225-13, Restrictions on Certain Foreign Purchases, amended as follows: 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.252-2 Clauses Incorporated by Reference: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. Additional FAR clauses cited in the clause applicable to this acquisition are: (b) 14, 16, 17, 18, 19, 20, 26, 31. Service Contract Act of 1965, 52.222-41, as amended May 1989; Statement of Equivalent Rates for Federal Hires, May 1989: Position Title Laboratory Technician, GS-6 step 1, $14.72/hr plus 32.85% fringe benefits. Printed or Copy on Double sided paper, 52.204-4. Options to Extend Services, 52.217-8, fill-in completed as follows: The contracting officer may exercise the option by written notice to the contractor with in 30 days of contract expiration. Option to extend the term of the contract, 52.217-9, fill-in completed as follows: (a) 30 day; 60 days; (c) the total duration of the contract shall not exceed five (5) years and six months or sixty-six months. DFARS 252.212-7001, Contract terms and conditions required to implement status of Executive Orders applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the inclusion of the following: DFARS 252.225-7001 Buy American Act - Balance of Payments Program Certificate. Electronic Submission of Payment Requests, 252.232-7003 January 2004. Offers must be received NLT Noon Central Daylight Savings Time, 11 May 2005, at 2d CON/LGCB, Operational Contracting Office, 841 Fairchild Ave, Suite 205, Barksdale AFB, LA 71110. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be evaluated. Quotes may be faxed to the attention of Kenneth R. Herringdine Jr., 318-456-3294 or emailed to kenneth.herringdine@barksdale.af.mil. Attachment 1: Statement of Work (SOW) Statement of Work LABORATORY TESTING 1.0. Description of Services. The contractor shall provide all labor, tools, equipment and supplies necessary to pick-up, transport and test all specimens. The contractor shall perform appropriate tests as described in this Statement of Work (SOW) and in accordance with the current precepts of the National Accrediting Agency for Clinical Laboratory Sciences (NAACLS). Test results shall be faxed to the 2d Medical Group Clinical Laboratory within the appropriate time frame. These services shall be provided Monday through Friday, unless otherwise noted. 1.1. Work Tasks Required. 1.1.1. The contractor shall provide daily calls to the 2d Medical Group Clinical Laboratory to find out if there are specimens for pick-up. These calls shall be made Monday through Friday between the hours of 1300 and 1430. 1.1.2. Pick-up and transport of the specimen(s) shall be made within 1-hour after placement of the call. All pick-ups shall be made at the 2d Medical Group Clinical Laboratory. 1.1.3. Testing shall be completed at the appropriate cytology or pathology laboratory and results shall then be sent to the 2d Medical Group Clinical Laboratory. Results shall be received within two (2) days. 1.1.4. The 2d Medical Group Clinical Laboratory will call the contractor if there is an early morning STAT or urgent request. 1.1.5. The clinical laboratory will prepare specimens for shipment in a screw cap container or slide box with plastic biohazard bag on the outside. The contractor shall understand that all specimens transported are to be treated as infectious substances and handled as such in accordance with standard medical and the Occupational Safety and Health Administration (OSHA) procedures. 1.2. Laboratory Tests Required 1.2.1. The contractor shall perform the following tests on an as needed basis, at the request of the 2d Medical Group Clinical Laboratory: CPT CODE DESCRIPTION 88104 CYTOPATHOLOGY, BRUSHING OR WASHINGS 88108 CYTOPATHOLOGY, SMEARS AND INTERPRETATION 88141 CYTOPATHOLOGY, PAP SMEAR RESCREENED BY PATHOLOGIST 88142 THIN PREP PAP SMEAR 88143 THIN PREP PAP SMEAR, RESCREENED 88147 PAP SMEAR, SCREENING BY AUTOMATED SYSTEM 88148 PAP SMEAR, SCREENING BY AUTOMATED SYSTEM AND RESCREENED 88160 CYTOPATHOLOGY, SMEARS, ANY OTHER SOURCE 88162 CYTOPATHOLOGY, SMEARS, ANY OTHER SOURCE, EXTENDED STUDY 88164 PAP SMEAR SCREENING (THE BETHESDA SYSTEM) 88165 PAP SMEAR SCREENING (THE BETHESDA SYSTEM), AND RESCREENED 88173 FINE NEEDLE ASPIRATE 88175 THIN PREP PAP SMEAR, SCREENING BY AUTOMATED SYSTEM AND RESCREENED 88180 FLOW CYTOMETRY 88300 SURGICAL PATHOLOGY, GROSS EXAM 88302 SURGICAL PATHOLOGY, GROSS AND MICROSCOPIC 88304 SURGICAL PATHOLOGY, GROSS AND MICROSCOPIC 88305 SURGICAL PATHOLOGY, GROSS AND MICROSCOPIC 88307 SURGICAL PATHOLOGY, GROSS AND MICROSCOPIC 88309 SURGICAL PATHOLOGY, GROSS AND MICROSCOPIC 88311 DECALCIFICATION 88312 SPECIAL STAINS 88313 SPECIAL STAINS 88329 PATHOLOGY CONSULTATION DURING SURGERY 88331 PATHOLOGY CONSULTATION DURING SURGERY, WITH FROZEN 88332 PATHOLOGY CONSULTATION DURING SURGERY, ADDITIONAL FROZEN 88342 IMMUNOCYTOCHEMISTRY STUDY 88358 Chromovision 88346 IMMUNOFLUORSCENT STUDY BREAST PROFILE STUDY (88342 x 5, 88358 x 5) 2.0. Services Delivery Summary. There will be no Government appointed Quality Assurance Personnel for this service. The 2d Medical Group Clinical Laboratory will evaluate performance on a daily basis. All discrepancies will be reported to the contractor and then to the 2d Contracting Squadron point of contract (POC) within two (2) working days. 3.0. Government Furnished Property and Services. There will be no Government Furnished Property or services for this requirement. All specimen containers and slip boxes shall be disposed of properly. 4.0. General Information. 4.1. Facility Information. 4.1.1. Location of Work. Barksdale Air Force Base, Louisiana, 2MD/SS, 243 Curtiss Rd Suite 100, Barksdale Air Force Base, LA 71110. 4.1.2. Hours of Operation. Services under this SOW shall typically be performed daily (Monday through Friday) between the hours of 0700 and 1700, excluding Federal holidays, weekends, and base closures. All calls are to be made between the hours of 1300 and 1430. Holidays are as follows: New Year's Day - 1 January Martin Luther King's Birthday - Third Monday in January Washington's Birthday (President's Day) - Third Monday in February Memorial Day - Last Monday in May American Independence Day - 4 July Labor Day - First Monday in September Columbus Day - Second Monday in October Veterans Day - 11 November Thanksgiving Day - Fourth Thursday in November Christmas Day - 25 December 4.2. Administrative Requirements. 4.2.1. Pass And Identification Items. The contractor shall ensure the pass and identification items required for contract performance are obtained for employees and non-government owned vehicles. Contractor?s courier(s) will provide the required data to the Contracting Office, BLDG 5541, where the form will be completed and signed by an authorized verifying officer. The courier(s) will be required to consent to a National Crime and Information Center (NCIC) background check and fingerprinting. The courier(s) will then hand carry his/her application form to the Pass and ID office, BLDG 5345, where the identification card will be processed and laminated. Vehicle registration, proof of insurance and a valid driver?s license must be presented for the courier(s) who will be driving on base. 4.2.2. Traffic Laws. The contractor and its employees shall comply with base traffic regulations. 4.2.3. Reporting Requirements. Contractor personnel shall report to an appropriate authority any information or circumstances of which they are aware may pose a threat to the security of DOD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment. 4.2.4. Physical Security. The contractor shall be responsible for safeguarding all government property and controlled forms provided for contractor use. * All Air Force forms are available on-line at http://www.e-publishing.af.mil. ** All local policies shall be available on base in the work facility.
- Place of Performance
- Address: Location of Work. Barksdale Air Force Base, Louisiana, 2MD/SS, 243 Curtiss Rd Suite 100, Barksdale Air Force Base, LA 71110.,
- Zip Code: 71110
- Country: USA
- Zip Code: 71110
- Record
- SN00802350-W 20050508/050506211855 (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 |