Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 03, 2012 FBO #3752
SOURCES SOUGHT

Q -- Laboratory Specimen Testing Services - Statement of Work

Notice Date
3/1/2012
 
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-0121
 
Archive Date
3/24/2012
 
Point of Contact
Diane X. Chen, Phone: 9375224584
 
E-Mail Address
Diane.Chen@wpafb.af.mil
(Diane.Chen@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work The Contracting Officer has determined that a Blanket Purchase Agreement may be the most advantageous method for procuring this requirement (See FAR 13.303). A BPA arrangement will involve the below listed requirements: a. The BPA is written for a period of 5 years and during this period the government is only obligated for actual purchases made under the BPA. Therefore, the BPA will not include a minimum or maximum dollar limitation during this five (5) year period. b. The Contracting Officer must approve the price lists your company submits prior to establishing the BPA. Any time during the 5-year period, the contractor can submit a request to increase or decrease its prices. Price lists are valid for a specific period of time; i.e. 1 Apr 12 through 31 Mar 13. c. All contractors doing business with the government must be registered in the Central Contractor Registration (CCR) database. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Prior to BPA award your company must be registered with CCR. d. All Contractors must also have a DUNS number. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1-800-333-0505. The offeror should be prepared to provide the following information: (1) Company name. (2) Company address. (3) Company telephone number. (4) Line of business. (5) Chief executive officer/key manager. (6) Date the company was started. (7) Number of people employed by the company. (8) Company affiliation. TO PROCURE all processing facilities, equipment and any repair/maintenance incidental to providing medical laboratory tests beyond the capability of the clinical laboratory, 88th Diagnostics and Therapeutics Squadron, 88th Medical Group, Wright-Patterson AFB (WPAFB), OH in accordance with attached statement of work. Firms responding should be able to furnish all processing facilities, equipment and any repair/maintenance incidental to providing medical laboratory tests beyond the capability of the clinical laboratory, 88th Diagnostics and Therapeutics Squadron, 88th Medical Group, Wright-Patterson AFB (WPAFB), OH in accordance with attached statement of work. Firms responding should demonstrate technical compliance by having an established performance record in providing medical laboratory tests. When submitting your capabilities package, please state whether or not you can meet this requirement and whether or not you take exception to any of the specifications. If you believe you can meet this requirement but take exception to any of the items listed above, please state these in your capabilities package with a brief description of why. To qualify, firms shall be able to perform the following tests below or have access or an agreement with a certified third party testing facility. The contractor shall complete at least 90% of all laboratory tests within 72 hours of speciment pickups. a.Vitamin D 25-hydroxy b. Testosterone Free and Total c. CA125 d. Cyclosporine e. Tacrolimus f. Herpes Simplex Virus by PCR g. Prostate Specific Antigen (complexed) h. Quantiferon i. Rapamycin (sirolimus) To qualify, firms shall have licensure/certification which meets the requirements of the Clinical Laboratory Improvement Amendments (CLIA) for performance at the complexity level of all tests referred, such as College of American Pathologies (CAP) or The Joint Commission (TJC). Additionally, sales history including recent commercial companies serviced should be included to determine commerciality. Firms responding should indicate whether they are a large or small business. If a small business, please specify the type (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). 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 average annual receipts does not exceed $13.5 Million. NAICS Code to be used for this acquisition is 621511 "Medical Laboratories". The Air Force reserves the right to consider a set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. FOB Destination. Payment terms by Government Credit card or Wide Area Work Flow Acceptance. Net 30 days. Any information submitted by respondents to this sources sought synopsis is voluntary. The Air Force does not intend to award a contract on the basis of this notice or to otherwise pay for the information solicited. Respondents should not construe this synopsis as a commitment by the Air Force for any purpose. 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 firms shall submit a capabilities package that explicitly demonstrates company capabilities and product/service specifications related to this effort. Responses may be submitted electronically to the following e-mail address: Diane.Chen@wpafb.af.mil in a Microsoft Word compatible format or mailed to SAC/PKOAB POC: Diane Chen, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 2:00 p.m. Eastern Daylight Time, 9 March 2012. Direct all questions concerning this acquisition to Diane Chen at (937) 522-4584 or at Diane.Chen@wpafb.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0121/listing.html)
 
Place of Performance
Address: 88th Diagnostics and Therapeutics Squadron, 88th Medical Group, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02686907-W 20120303/120301235101-95290030acc368eeaa8859d01a588be2 (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.