Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2009 FBO #2837
SOLICITATION NOTICE

Q -- Non-Personal service to perform Newborn Screening Testing at Evans Army Community Hospital, Fort Carson, CO.

Notice Date
8/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-09-T0401
 
Response Due
9/5/2009
 
Archive Date
11/4/2009
 
Point of Contact
Tracey Roberson, 210-221-4811
 
E-Mail Address
Great Plains Regional Contracting Ofc
(tracey.roberson@amedd.army.mil)
 
Small Business Set-Aside
N/A
 
Description
1.This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. Solicitation W81K00-09-T-0401 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-35. This acquisition is under NAICS code 621511. The requirements is unrestricted and in this solicitation period of performance is: This solicitation is for a base year and one 12-month option year. CLIN 0001, 2500 EACH NEWBORN SCREENING-First Screen(includes MS/MS). Quantities are estimated. Base year: 1 October 2009 through 30 September 2010; CLIN 0002, 2500 EACH NEWBORN SCREENING-Second Screen(no MS/MS). Quantities are estimated. Base year: 1 October 2009 through 30 September 2010; CLIN 0001, 2500 EACH NEWBORN SCREENING-First Screen(includes MS/MS). Quantities are estimated. Base year: 1 October 2009 through 30 September 2010; CLIN 0003, 100 EACH, Fluorescent Treponemal Antibody (FTA-ABS). Quantities are estimated. Base year: 1 October 2009 through 30 September 2010; CLIN 0004, 250 EACH, West Nile Virus Antibody, Quantities are estimated. 1st option year: 1 October 2010 through 30 September 2011; CLIN 1001, 2500 EACH NEWBORN SCREENING-First Screen(includes MS/MS). Quantities are estimated. 1st option year: 1 October 2010 through 30 September 2011; CLIN 1002, 2500 EACH NEWBORN SCREENING-Second Screen(no MS/MS). Quantities are estimated. 1st option year: 1 October 2010 through 30 September 2011; CLIN 0001, 2500 EACH NEWBORN SCREENING-First Screen(includes MS/MS). Quantities are estimated. 1st option year: 1 October 2010 through 30 September 2011; CLIN 1003, 100 EACH, Fluorescent Treponemal Antibody (FTA-ABS). Quantities are estimated. Base year: 1 October 2009 through 30 September 2010; CLIN 1004, 250 EACH, West Nile Virus Antibody, Quantities are estimated. 1st option year: 1 October 2010 through 30 September 2011. PERFORMANCE WORK STATEMENT FY10 SERVICE CONTRACTS FOR DEPT OF PATHOLOGY AT EVANS ARMY COMMUNITY HOSPITAL (EACH) C.1 Contractor shall perform preanalytic processing, analysis, and result interpretation for clinical and possible anatomic specimens as requested by Government Medical Treatment Facilities, hereinafter referred to as MTF's. Services to be furnished under this contract shall be ordered by the government for results to be delivered to the MTF and in accordance with standards, clauses and provisions of this document. C.2Contractor shall: C.2.1Analyze samples, and provide specialized tube/transport if test required shall be reported within 72 hours of receipt. C.2.2 Routine test results shall be reported within 72 hours of specimen receipt. C.2.3Provide invoices to the MTF by the 5th workday of each month following the month in which service was delivered. This invoice will be paid by EFT (WAWF). C.2.4 Consult with Laboratory on test results by telephone as needed. C.2.5 Provide MTF Laboratories with a means of communication to permit immediate inquiry regarding the status of pending tests. C.2.6 Billing and test report summaries shall begin the first day of the month and include the last day of the month. C.3Licensing and Accreditation C.3.1 Contractor shall have all licenses, permits, accreditation and certificates required by law. C.3.2Contractor shall be accredited by the College of American Pathologist and/or the Joint Commission on Accreditation of Healthcare Organizations if contractor is engaged in interstate commerce. C.3.3Laboratory director shall be a licensed physician or a licensed bioanalyst. C.4The contractor will provide a fee schedule which will remain constant through the period of the contract.. C.5 The Contractor shall not introduce new medical procedures and services for specimens provided by MTF's without prior recommendation to, and approval of, the COR MTF commander or authorized representative. C.6The Contractor shall ensure that all procedures performed are of current acceptable standard deviation with at least (minimum) daily controls conducted to determine procedure accuracy. The standard deviation and daily control records are to be available for review upon request by the contracting officer (CO) or contracting officer's representative (COR). C.7The Contractor shall be responsible for creating, maintaining and disposing of only those government-required records that are specifically cited in the work statement or required by the provisions of a mandatory directive. If requested by the MTF COR, the Contractor shall provide the original record, or a reproducible copy of any such record, within two working days of receipt of the request. C.8The Contractor shall treat patient lists, no matter how developed, as privileged information. Lists and/or names of patients shall not be disclosed to or revealed in any way for any use outside the participating MTF without prior written permission by the MTF Commander or Chief of the Medical Staff. C.9The Contractor shall not release any medical information obtained during the course of this contract to anyone outside the MTF, unless authorized by the MTF COR. C.10 The Contractor is responsible for the proper delegation of duties, teaching and medical supervision of subordinate personnel, and establishes inter-personal and intra-departmental relationships to enhance optimal patient care. C.11 The Contractor ensures a safe work environment and employee work habits, and contractor provider(s) shall read, understand, speak, and write English fluently. C.12 Quality Assurance Plan. The following minimum Quality Assurance Plan applies: PERFORMANCE PERFORMANCEREFMETHOD OBJECTIVESTANDARDPWSASSESSMENT Analyze samples and provideAt least 96% C2.1Laboratory Department Tube transport withinof the timeannotates 72 hours of receipt. Report test results withinAt least 96%C2.2Laboratory Department 72 hours of specimen receipt.of the timeannotates STANDARDRATING *100%Satisfactory At least 96%Satisfactory 95% or lessUnsatisfactory *100% standard applies to performance objective only Federal Acquisition Regulation (FAR) clauses throughout this solicitation can be viewed by accessing website http://farsite.hill.af.mil/. Delivery, 14 days after receipt of order, shipping shall be FOB destination to Evans Army Community Hospital, Material Branch Log Div, Fort Carson, CO 76544-5063. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. The award decision will be based on the Lowest Priced Technically Acceptable (LPTA) Quote offered to the government. Award will be on an all or none basis. Evaluation of Quotations: (a) The following factors shall be used to evaluate quotes: Technical capability and price. (b) Provide the following information with your quote: 1. Technical Capability: In order to be considered technically acceptable, the quoter shall submit written documentation that must demonstrate that the services offered comply with the technical requirements described in the performance work statement in subparagraphs C.2.1, C.2.2, C.2.4, C.2.5, C.3.1, C.3.2, C.3.3. 2.Price 3.Evaluation Process: All quotes will be evaluated on its technical acceptability. The award decision will be based on the lowest priced technically acceptable quote. (c) Award will be on an all or none basis. Vendors must submit their quotes by the due date and time below. Quotes received at other than the stated address will not be considered for award. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the website listed in this solicitation. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply:52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.222-50 [Combating Trafficking in Persons]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; The closing date and time of this solicitation is 5 September 2009, 1:00 P.M Central Time Zone. Price quotes shall be submitted on company letterhead and signed by a company representative. Fax or email quotes to Great Plains Regional Contracting Office (210) 221-3446 or 210-221-5359 or e-mail Tracey.Roberson@amedd.army.mil. Point of contact for this solicitation: Tracey Roberson, phone (210) 221-4811; e-mail Tracey.Roberson@amedd.army.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-09-T0401/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN01933299-W 20090831/090829234441-d0c378af099d829efd06ecbf5a498212 (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.