Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2011 FBO #3644
SOURCES SOUGHT

Q -- Blood & Urine Testing Services

Notice Date
11/14/2011
 
Notice Type
Sources Sought
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0050
 
Point of Contact
Steven R. Selm, Phone: 9375224539
 
E-Mail Address
steven.selm@wpafb.af.mil
(steven.selm@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of performing blood and urine testing services for select Government personnel. The contractor shall furnish all labor, materials, equipment, qualified personnel, and administrative support necessary to perform the services that are included in this agreement. The contractor shall include all Environmental exposure panels and confirmation testing of positive or abnormal test results. Contractors responding should specify that the services they provide meet the specifications provided below, and shall provide detailed product information to show clear technical compliance. Additionally, sales history, including any recent commercial companies sold to, should be included to determine commerciality. Note: All testing is restricted to Physiological testing of select personnel. 1.1. Description of Service: Testing of baseline specimens collected prior to initial flights; testing on all subsequent post-flights as well as testing on pre-flight run-ups or other situations when personnel are in/around the aircraft during engine operation. 1.1.1. Specific testing for Phenol Exposure in urine. 1.1.2. Specific testing for Hydrocarbon(s) in blood and urine. 1.1.3. Specific testing for Petroleum Distillates in blood. 1.1.4. Specific testing for Enviormental exposure screen and confirmation - contract Government representative, and/or Contracing Officer or Contract Specialist prior to running confirmation testing for concurrence. 1.2. Contractor must meet licensure requiremetns established by the College of American Pathologists (CAP) or comparable accreditation agency. 1.3. All testing will be performed at Contractor's facilities; any portions of the testing subcontracted out for any reason (i.e., instrument failure) will be at the Contractor's expense. 1.4. All collection of specimens will be conducted by the Laborartoy personnel at each of the various facilities. Specimens will be processed and shipped on ice via FedEx (or comparable shipping method as to not compromise the integrity of the sample). 1.5. All specimens will be maintained by the contractor for up to 2 weeks after initial reporting of results for clinical testing and up to 6 weeks for forensic testing. 2. Reporting of results: Laboratory results for each test (turn-around time for receipt of sample) must not exceed 16 working days; reports may be transmitted electronically, or sent by postal service. Electronic format is preferred (and/or access to the electronic information online). 3. Contractor must provide routine consulting service at no additional cost to the Government on both normal and abnormal test results. Consultation will be between attending Physician and Toxicologist/Lab specialist. The appropriate Government personnel will give permission for additional consulatation as required. All interested contractors shall submit a response demonstrating their capabilities to perform the requested services to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman-owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. The NAICS Code to be used for this acquisition is 621511. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: steven.selm@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Steven Selm, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 12:00 p.m. Eastern Standard Time, 22 November 2011. Direct all questions concerning this acquisition to Steven Selm at steven.selm@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0050/listing.html)
 
Place of Performance
Address: 1940 Allbrook Drive, Rm. 109, Wright Patterson AFB, Ohio, 45433-5309, United States
Zip Code: 45433-5309
 
Record
SN02622525-W 20111116/111114234038-7e625ee7f9c39df9d5061124aaaa0cec (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.