SOLICITATION NOTICE
Q -- Non-personal Forensic Pathology and Support Services for the Armed Forces Medical Examiner System (AFMES) in support of the Armed Forces Institute of Pathology (AFIP)
- Notice Date
- 12/22/2010
- Notice Type
- Presolicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Center for Health Care Contracting, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
- ZIP Code
- 78234-5015
- Solicitation Number
- W81K04-11-R-0008
- Response Due
- 1/10/2011
- Archive Date
- 3/11/2011
- Point of Contact
- Yesenia C. Rodriguez, 210-221-5963
- E-Mail Address
-
Center for Health Care Contracting
(yesenia.rodriguez1@amedd.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Health Care Acquisition Activity (HCAA), Center for Health Care Contracting (CHCC), Fort Sam Houston, Texas intends to award a cost reimbursement contract on a sole source basis to the American Registry of Pathology (ARP), 14th Alaska Ave. NW, Washington, DC 20306-0001. The requirement is for non-personal forensic pathology and support services for the Armed Forces Medical Examiner System (AFMES) in support of the Armed Forces Institute of Pathology (AFIP). The AFMES is comprised of five integrated divisions, whose overall mission is to determine clinically and scientifically the cause of death of US service members, and in certain situations US service member dependents, federal government officials, and civilians not otherwise affiliated with the DoD worldwide. The Contractor will support this mission by providing qualified personnel, services, materials, equipment, supplies, and facilities, not otherwise provided by the Government, necessary to perform professional scientific, administrative and logistical support. The Contractor will also be required to transition, using a three (3) phase move plan, during the relocation of AFMES operations from Rockville, MD to Dover AFB, DE. Phased movements will require dual operations for a minimum of 12 months and the Contractor will be required to provide a Continuity Team resourced with technical, administrative, logistical, and bioinformatics support. The purpose of dual operations is to ensure accreditation standards are maintained, while continuing to operate fully functional laboratories, in both locations. This may include required daily travel between both locations and/or work in either primary office during the transition. This support will primarily be responsible for maintaining mission support operations as AFIP executes the base realignment and closure (BRAC) transition plan. Travel is required for mission support, meetings, industry conferences and seminars, professional developmental training, court cases, and laboratory inspections. The basis for sole source justification is that ARP is the only contractor identified that can start performance on April 1, 2011, with fully certified personnel and provide full mission support without degradation. It would take a minimum of 6 to 12 months lead/transition time to bring a new contractor online since personnel must not only be qualified, but must be certified on each procedure within the laboratory before being cleared to work. It is these multiple certifications that take 6 to 12 months to acquire. As the current contractor, ARP's personnel are already fully certified on all equipment and procedures and are the only responsible source identified that can perform the core mission. The North American Industry Classification System (NAICS) code is 621111. The CHCC intends to award a 6-month bridge contract, with a 6-month option period to provide these forensic pathology and support services no later than January 21, 2011. The anticipated base period of performance is April 1, 2011 through September 30, 2011. This is a sole source award. The CHCC intends to solicit and negotiate only with the American Registry of Pathology under the authority of FAR 6.302-1. This notice of intent is not a request for competitive proposals. A solicitation will not be published. However, any quotes, proposals, or capability statements received by close of business on Monday, January 10, 2011, will be considered by the contracting officer. The CHCC reserves the right to amend this notice if needed. The Contracting Officer is Mr. Jeffery Croley, (210) 221-3349, email jeffery.croley@amedd.army.mil. The Contract Specialist is Ms. Yesenia C. Rodriguez, (210) 221-5963, email yesenia.rodriguez1@amedd.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA10/W81K04-11-R-0008/listing.html)
- Place of Performance
- Address: Center for Health Care Contracting ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
- Zip Code: 78234-5015
- Zip Code: 78234-5015
- Record
- SN02349086-W 20101224/101222234151-b9c9498596cfc873f7eac58ffb855ada (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 |