SOLICITATION NOTICE
Q -- Forensic Toxicology Drug Testing Laboratory (FTDTL)
- Notice Date
- 6/7/2012
- Notice Type
- Presolicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Transportation, Office of the Secretary of Tranportation (OST) Procurement Operations, OST Acquisition Services Division, 1200 New Jersey Ave, Washington, District of Columbia, 20590
- ZIP Code
- 20590
- Solicitation Number
- DTOS59-12-R-00312
- Archive Date
- 3/31/2013
- Point of Contact
- James H Mowery III, Phone: 202-366-4959
- E-Mail Address
-
james.mowery@dot.gov
(james.mowery@dot.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is NOT a Solicitation. (A Solicitation will be published separately HEREAFTER in this same FedBizOpps website.) There is not currently in existence any Procurement Request (PR) in support of this procurement, but DOT's sponsoring program office hopes to be able to generate a supporting PR in the near future. This notice is for a FULL-AND-OPEN-COMPETITIVE procurement (EXCEPT that each offeror must be HHS-certified) for a POTENTIALLY multi-million-dollar "Primary Drug Testing Lab" contract, also known as a "Forensic Toxicology Drug Testing Laboratory (FTDTL)" contract, which will have one Base Year and four Option Years. It is anticipated that the resulting contract will be an Indefinite Delivery / Indefinite Quantity (IDIQ) contract, and that the contract will specify year-by-year total CEILING price-figures. The INCUMBENT contractor is Kroll Laboratory Specialists, Inc., whose company-name has recently been changed to Alere Toxicology. The incumbent's contract number DTOS59-08-D-00500. The incumbent contractor's address is: 1111 Newton Street, Gretna, Louisiana 70053. The incumbent contractor-company is eligible to compete under this new procurement. DOT does not plan to release copies of the incumbent contract document; and, in any event, the incumbent contract document would not be of any help to offerors competing under this new procurement, because: (a) DOT cannot release any of the incumbent contract document's unit-pricing-information (i.e., per-job fixed-price-figures); and (b) the structure to be shown in this new procurement's forthcoming Solicitation and resulting new contract document will completely supersede the structure shown in the incumbent contract document. Under the new contract to be awarded from this new procurement, the work to be performed by the contractor will probably include: (1) providing split-specimen urinalysis collection supplies; (2) preparation and shipping of collection supplies, specimens, and aliquots; (3) forensic urinalysis and lab work, including comprehensive performance testing and laboratory inspections as set forth in the HHS Guidelines; (4) maintenance of equipment used in the project; (5) quality control; (6) maintaining chain-of-custody; (7) providing specimen validity testing; (8) providing urinalysis in accordance with initial screening protocols specified in the HHS Guidelines; (9) providing urinalysis tests in accordance with confirmation protocols specified in the HHS Guidelines; (10) performing tests for other drugs listed in Schedules I and II of the Controlled Substances Act; (11) preparing and shipping invoices and monthly reports; (12) maintaining records; (13) providing data, reports and notifications; (14) providing management briefings; and (15) providing expert advice and testimony in connection with judicial or administrative proceedings and provide documentation pertinent to individual drug tests. The new Solicitation's and new contract's reimbursement-structure will probably consist of a series of year-by-year pricing tables, each of which will probably list various types of drug-testing jobs, with a DOT-estimated-realistic number of each such type of job to be performed by the contractor during the project-year in question, and with a fixed unit-price (i.e., a fixed per-job price) to be specified, for each such type of job and for each project-year, in the resulting contract document. And so by multiplying the DOT-estimated-realistic-number of each particular type of drug-testing job to be performed in each project-year, by that job's proposed fixed-unit-price for that particular project-year, each offeror will be able compile a total proposed price for that particular type of job for that particular project-year. The resulting contract, however, will not GUARANTEE that any such DOT-estimated-realistic number of drug-testing jobs will actually be ORDERED by the Government; but the resulting contract probably will guarantee a minimum level of work. IT SHALL BE THE RESPONSIBILITY OF EACH PROSPECTIVE OFFER TO CLOSELY AND FREQUENTLY MONITOR THIS FEDBIZOPPS WEBSITE FOR ANY SYNOPSIS-AMENDMENTS THAT MIGHT HEREAFTER BE PUBLISHED, BECAUSE AMENDMENTS OFTEN CONTAIN CRUCIAL INFORMATION. IT SHALL ALSO BE THE RESPONSIBILITY OF EACH PROSPECTIVE OFFEROR TO CLOSELY AND FREQUENTLY MONITOR THIS FEDBIZOPPS WEBSITE FOR THE FORTHCOMING SOLICITATION, WHICH THE CONTRACTING OFFICER HOPES TO PUBLISH IN FEDBIZOPPS BY JUNE 22, 2012. The due date shown above is only an ESTIMATED due date for DOT's receipt of proposals. The ACTUAL due date for proposals will be specified in the SOLICITATION hereafter published in this FedBizOpps web site. TELEPHONED, FAXED AND E-MAILED PROPOSALS WILL NOT BE ACCEPTED. INSTEAD, EACH OFFEROR MUST SUBMIT ITS PROPOSAL IN HARD COPY FORM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/TASC/TASCASD/DTOS59-12-R-00312/listing.html)
- Record
- SN02768841-W 20120609/120607235101-05662cce6d52b35c3ff7f330406ebfbe (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 |