SOLICITATION NOTICE
S -- Medical Lab Courier Service - RFQ Attachments
- Notice Date
- 1/30/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 492210
— Local Messengers and Local Delivery
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 341 CONS, 7015 Goddard Drive, Malmstrom AFB, Montana, 59402, United States
- ZIP Code
- 59402
- Solicitation Number
- F2W4A11332A001
- Archive Date
- 3/1/2012
- Point of Contact
- Delene L. Kendrick, Phone: 406-731-4018, Lisa J. Murphy, Phone: 406-731-3625
- E-Mail Address
-
delene.kendrick@malmstrom.af.mil, lisa.murphy@malmstrom.af.mil
(delene.kendrick@malmstrom.af.mil, lisa.murphy@malmstrom.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- PDF Copy of Combined Synopsis Solicitation for Medical Lab Courier Service Attachment 2: Bid Schedule for Medical Lab Courier Service Attachment 1: Statement of Work for Medical Lab Courier Service COMBINED SYNOPSIS/SOLICITATION MEDICAL LAB COURIER SERVICE MALMSTROM AFB, MT (i) This is a combined synopsis/solicitation for a commercial item 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; quotes are being requested and a written solicitation will not be issued. (ii) This solicitation is issued as a request for quote (RFQ). Submit written quotes (oral quotes will not be accepted) on RFQ reference number F2W4A11332A001. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. (iv) This procurement is being issued as a 100% small business set-aside. The North American Industry Classification System (NAICS) code is 492210 with a small business size standard of $ 25.5 mil. (v) Contract line items: CLIN 0001: ROUTINE LAB LOCAL COURIER SERVICE CLIN 0002: STAT/EXPEDITED LAB LOCAL COURIER SERVICE (vi) Description of requirement: The contractor shall pick up routine specimens (unless otherwise notified) Monday through Friday at approximately 1030hrs and 1430hrs, excluding Federal Holidays, to be delivered to Benefis East/West Laboratory and/or Central Montana Laboratory, Great Falls, Montana. The Government will call the contractor for pick up of STAT specimens Monday through Friday, excluding federal holidays, to be delivered to Benefis East/West Laboratory and/or Central Montana Laboratory. All shipping containers and dry ice will be provided by the Government. See Statement of Work (SOW) for details (ATTACHMENT 1). (vii) Period of Performance shall be a base year and four (4) 1-year option periods. FOB: Destination, at: 341 MDG 7300 N. Perimeter Rd Malmstrom AFB, 59402-6701 (viii) The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items, applies to this solicitation. To be considered responsive, all quotes must contain a completed bid schedule. Electronic submission of quotes is authorized. (ix) The provision at FAR 52.212-2 Evaluation - Commercial Items, applies to this solicitation. Quotes will be evaluated based on price. (x) The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, applies to this solicitation. All firms or individuals submitting a quote shall include a completed copy of this provision or have completed the Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov/. ORCA must be current at award. IF YOUR ORCA IS NOT CURRENT AND/OR YOU DO NOT SUBMIT A COMPLETED COPY OF THIS PROVISION, YOUR QUOTE WILL BE CONSIDERED NON-RESPONSIVE. (xi) 52.212-4 Contract Terms and Conditions - Commercial Items applies to this solicitation. (xii) 52.212-5 Contract Terms and Conditions Required To Implement Statutes Or Executive Orders--Commercial Items (Deviation) applies to this solicitation. (xiii) The following additional contract requirement(s) or terms and conditions apply to this acquisition and are consistent with customary commercial practices: THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY REFERENCE: 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.219-6 Notice of Total Small Business Set-Aside. 52.219-28 Post Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-36 Affirmative Action for Workers with Disabilities 52.222-41 Service Contract Act of 1965 52.222-43 Fair Labor Standards Act and Service Contract Act -- Price Adjustment (Multiple Year and Option Contracts). 52.222-50 Combat Trafficking in Persons 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claims 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.252-6 Authorized Deviations in Clauses 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.212-7001(Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 5352.201-9101 Ombudsman ( HQ AF Global Strike Command/A7K, 41 Orville Wright, Ste 202, Barksdale AFB, LA 71110-2415, 318-456-6336 ) 5352.223-9001 Health and Safety on Government Installations THE FOLLOWING CLAUSES AND PROVISIONS ARE INCLUDED BY FULL TEXT: 52.217-8 -- OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of Clause) 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years and 6 months. (End of Clause) 52.222-42 -- STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage Fringe Benefits Messenger Courier $10.55 $ 3.82 (End of Clause) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 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/these address(es): http://farsite.hill.af.mil http://www.acq.osd.mil/dpap/dars/dfars/index.htm (End of clause) 5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (AUG 2007) (a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation. (b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or security police for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, and valid vehicle insurance certificate to obtain a vehicle pass. (c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site. (d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Volume 1, The Air Force Installation Security Program, and AFI 31-501, Personnel Security Program Management. (e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office. (f) Failure to comply with these requirements may result in withholding of final payment. (End of clause) WAGE DETERMINATION Wage Determination 2005-2317, Rev 11, dated 6/13/2011 applies to this acquisition and is available by full text at www.wdol.gov WAWF INSTRUCTIONS To be eligible for contract awards from this organization, you must now use an E-invoicing system called Wide Area Work Flow (WAWF). WAWF is a web-based tool used to electronically process invoices and receiving reports. It is one of three E-Invoicing options identified in DFARS 252.232-7003, but is considered the "preferred" E-Invoicing solution within DoD. WAWF enables pre-population of data, data sharing, improved data accuracy, decreased redundant data entry, decreased lost or misplaced documents, and online access to contracts and related records. Email addresses, along with routing and location codes contained in the contract, are used to enable document access and alert users of pending document actions and status. Contractors benefit via increased cash flow and the DoD benefits via reduced interest penalty payments. To gain access to the WAWF production system, contractors must acquire an account for their company and register their employees to use the system. There is no charge to register for or to use WAWF. Registration instructions and online training are available at www.wawftraining.com. Contractors must possess a Contractor and Government Entity (CAGE) code, maintain a current registration in the Contractor Central Registration database and identify an Electronic Business Point of Contact. For security purposes, WAWF user identity is assured via Public Key Infrastructure authentication methods which enable structured user IDs, secure passwords and/or digital certificate capability. Documents are verified via digital signature and transmissions are processed with secure audit capability. A review of the online training module "Determine Type of Document to Create" under Vendor Training at www.wawftraining.com is recommended. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988. For your contract, the following data elements will be required to create and route your WAWF documents correctly: -Contract and/or Delivery Order Number -CAGE Code -Issue Date -Issue By DoDAAC -Admin DoDAAC -Inspect By DoDAAC -Service Acceptor DODAAC -Ship to Code (DoDAAC or CAGE Code) -Local Processing Office (LPO) DoDAAC* -Pay DoDAAC *LPO DoDAACs are used for Navy contracts only. (End of clause) (xiv) DPAS Rating does not apply to this acquisition. (xv) Quotes are required to be received NO LATER THAN 2:00pm MST, 15 February 2012. All quotes must be faxed to (406) 731-4005 to the attention of Delene Kendrick or emailed to delene.kendrick@malmstrom.af.mil and lisa.murphy@malmstrom.af.mil. (xvi) Direct any questions to the same at (406) 731-4018 or (406) 731-3625 respectively. Attachments: 1. Statement of Work 2. Bid Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b561009fac27e502fc24dd624adcd16a)
- Place of Performance
- Address: Malmstrom AFB, United States
- Record
- SN02663400-W 20120201/120130234104-b561009fac27e502fc24dd624adcd16a (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 |