Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2012 FBO #3955
SOLICITATION NOTICE

Q -- ANATOMICAL PATHOLOGY TESTING SERVICES

Notice Date
9/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-12-R-0073
 
Response Due
9/26/2012
 
Archive Date
11/25/2012
 
Point of Contact
Brigitte Huffin, 706-787-7722
 
E-Mail Address
Southeast Regional Contracting Office
(brigitte.rollins.huffin@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W91YTV-12-R-0073. This acquisition is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective August 27, 2012. The North American Industry Classification System (NAICS) Code for this procurement is: 621511. Small Business Size Standard is 13.5M. This requirement is Unrestricted. Statement of Work is attached. The U.S. Army Medical Command, Southern Regional Contracting Office - East, Fort Gordon, Georgia in support of the US Army Medical Activity, Moncrief Army Community Hospital, Fort Jackson, South Carolina, has a requirement for the following: CLIN 0001: Base Year, Provide Anatomical Pathology Testing Services, to include the transportation of anatomical pathological specimens to the contractor's laboratories in accordance with the Statement of Work. Period of performance is October 1, 2012 - September 30, 2013. This is a non-personal service requirement. Services provided at Department of Pathology, Moncrief Army Community Hospital, Fort Jackson, South Carolina 29207. Quantity 40,000 each annually. Unit price: ____________________ Total Amount: __________________ CLIN 0002: Base Year Contract Manpower Report in accordance with instructions in Addendum to 52.212-4. Period of performance is October 1, 2012 - September 30, 2013. FOB Destination. Quantity 1 each. Unit price: ____________________ Total Amount: __________________ CLIN 1001: Option Year One Provide Anatomical Pathology Testing Services, to include the transportation of anatomical pathological specimens to the contractor's laboratories in accordance with the Statement of Work. Period of performance is October 1, 2013 - September 30, 2014. This is a non-personal service requirement. Services provided at Department of Pathology, Moncrief Army Community Hospital, Fort Jackson, South Carolina 29207. Quantity 40,000 each annually. Unit price: ____________________ Total Amount: __________________ CLIN 1002: Option Year One Contract Manpower Report in accordance with instructions in Addendum to 52.212-4. Period of performance is October 1, 2013 - September 30, 2014. FOB Destination. Quantity 1 each. Unit price: ____________________ Total Amount: __________________ CLIN 2001: Option Year Two Provide Anatomical Pathology Testing Services, to include the transportation of anatomical pathological specimens to the contractor's laboratories in accordance with the Statement of Work. Period of performance is October 1, 2014 - September 30, 2015. This is a non-personal service requirement. Services provided at Department of Pathology, Moncrief Army Community Hospital, Fort Jackson, South Carolina 29207. Quantity 40,000 each annually. Unit price: ____________________ Total Amount: __________________ CLIN 2002: Option Year Two Contract Manpower Report in accordance with instructions in Addendum to 52.212-4. Period of performance is October 1, 2014 - September 30, 2015. FOB Destination. Quantity 1 each. Unit price: ____________________ Total Amount: __________________ CLIN 3001: Option Year Three Provide Anatomical Pathology Testing Services, to include the transportation of anatomical pathological specimens to the contractor's laboratories in accordance with the Statement of Work. Period of performance is October 1, 2015 - September 30, 2016. This is a non-personal service requirement. Services provided at Department of Pathology, Moncrief Army Community Hospital, Fort Jackson, South Carolina 29207. Quantity 40,000 each annually. Unit price: ____________________ Total Amount: __________________ CLIN 3002: Option Year Three Contract Manpower Report in accordance with instructions in Addendum to 52.212-4. Period of performance is October 1, 2015 - September 30, 2016. FOB Destination. Quantity 1 each. Unit price: ____________________ Total Amount: __________________ CLIN 4001: Option Year Four Provide Anatomical Pathology Testing Services, to include the transportation of anatomical pathological specimens to the contractor's laboratories in accordance with the Statement of Work. Period of performance is October 1, 2016 - September 30, 2017. This is a non-personal service requirement. Services provided at Department of Pathology, Moncrief Army Community Hospital, Fort Jackson, South Carolina 29207. Quantity 40,000 each annually. Unit price: ____________________ Total Amount: __________________ CLIN 4002: Option Year Four Contract Manpower Report in accordance with instructions in Addendum to 52.212-4. Period of performance is October 1, 2016 - September 30, 2017. FOB Destination. Quantity 1 each. Unit price: ____________________ Total Amount: __________________ Total price for Base and all option years: __________________ This solicitation must be quoted all or none. The following FAR Clauses and Provisions in their latest editions apply to this solicitation. 52.212-1, Instructions to Offers-Commercial Items (FEB 2012); Addendum 52.212-1: (m) The non-Far Part 12 discretionary FAR, DFARS, AFARS and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. 52.225-25, Prohibition On Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011); 52.203-2, Certification of Independent Price Determination (APR 1985) ; 52.233-2 Service of Protest (SEP 2006); 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998): The full text of a solicitation provision may be accessed electronically at this/these address (es): www.farsite.hill.af.mil; www.arnet.gov/far.; 52.252-5, Authorized Deviations in Provisions Incorporated by References (Apr 1984), (DoD FAR Supplement "(48 CFR Chapter 2)"; 252.203-7005, Representation Relation to Compensation of Former DOD Officials (Nov 2011); 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); 252.212-7000, Offeror Representations Certifications and Representations-Commercial Items (Jun 2005); 252.215-7007, Notice of Intent to Re-solicit (JUN 2012); 252.215-7008 Only One Offer (JUN 2012); 52.212-2, Evaluation -Commercial items (JAN 1999); Addendum 52.212-2: paragraph (b) has been deleted, paragraph (a) and (c) apply to this acquisition and the following factors will be used to evaluate offers: The offer submitted shall include: (a) proposed prices; (b) Technical capability. Awardee will be the Lowest Priced Technically Acceptable (LPTA) Offeror. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). "Given that FAR 52.217-8 provides that the Government may exercise the Option to Extend Services at the rates specified in the contract (i.e., the rate in effect when the Extension of Services option is exercised), for purposes of evaluating the Option to Services, the Contracting Officer will consider the prices submitted for the base year and each option year, since those are the binding prices should the Option to Extend be exercised." (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award; all of which apply to this solicitation. 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012) Alternate I (Apr 2011) must be completed and a copy return with offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012); Addendum 52.212-4: (u) The non FAR Part 12 discretionary FAR, DFARS, AFARS, and Local clauses herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.203-3 Gratuities (APR 1984); 52.203-6, Restriction on Subcontractor Sales to the Government (SEP 2006); Alternate I (OCT 1995); 52.203-12, Limitation on Payments to Influence Certain Federal Transactions (OCT 2010); 52.204-4, Printed or Copied Double-Sided on Post Consumer Fiber Content Paper (MAY 2011); 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (AUG 2012); 52.209-6, Protecting The Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (EEO); 52.222-26, Equal Opportunity (Mar 2007) (EEO); 52.222-35, Equal Opportunity for Veterans (Sep 2010); 52.222-36, Affirmative Action For Workers With Disabilities (OCT 2010); 52.222-37, Employment Reports of Veterans (Sep 2010); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-54 Employment Eligibility Verification (JUL 2012); 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997); 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.228-5, Insurance- Work on a Government Installation (JAN 1997); 52.232-18 Availability of Funds (APR 1984); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration(OCT 2003); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 52.237-3, Continuity of Services (JAN 1991); 52.242-13, Bankruptcy (JUL 1995); 52.242-15 Stop-Work Order (AUG 1989); 252.201-7000 Contracting Officer's Representative (Dec 1991); 252.203-7000, Requirements Relating to Compensation of Former DOD Officials (SEP 2011); 252.203-7002, Requirement of Information Employees of Whistleblower Rights (JAN 2009); 252.204-7000 Disclosure Information (DEC 1991); 252.204-7003, Control of Government Personnel Work Product (APR 1992); 252.209-7004, Subcontracting with Firm that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006); 252.225-7012, Preference for Certain Domestic Commodities (JUN 2010); 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (MAR 2008); 252.232-7010, Levies on Contract Payments (DEC 2006); 252.243-7001 Pricing of Contract Modifications (DEC 1991); 252.243-7002, Requests for Equitable Adjustment (MAR 1998); 52.217-8, Option to Extend Services (NOV 1999); The contracting officer may exercise the option by written notice to the contractor within 30 days of expiration date; 52.217-9, Option to Extend the Terms of the Contract (MAR 2000) - (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days of expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. (b) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months; 52.219-28, Post-Award Small Business Program Representation (APR 2010); 52.204-99, System for Award Management Registration (DEVIATION 2012-O0015) (AUG 2012); 52.252-2, Clauses Incorporated by Reference (FEB 1998): the full text of a clause may be accessed electronically at this/these address (es): www.farsite.hill.af.mil. 52.252-6, Authorized Deviations in Clauses (APR 1984): (b) the use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation; 252.204-7008 Export - Controlled Items (APR 2010); 252.212-7001, Contract Terms and conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Dec 2011) (DEVIATION); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2012) DEVIATION also apply to this solicitation. The government anticipates awarding a single award for this requirement. Services are to be delivered at: Moncrief Army Community Hospital, Fort Jackson, SC, 29207. All offerors must be registered in the Systems for Award Management System and or prior to award, and lack of registration shall make an offer ineligible for award. Evaluation: Lowest Priced Technically Acceptable (LPTA). Offerors may obtain information on registration and annual confirmation requirements via Internet at https://www.sams.gov/. Proposals are being requested and a written solicitation will not be issued. Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. All responsible sources should submit quotes to Brigitte Huffin via fax at (706) 787-5681 or e-mail: Brigitte.rollins.huffin@us.army.mil, by September 26, 2012, 5:00 PM, EST.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-12-R-0073/listing.html)
 
Place of Performance
Address: Southeast Regional Contracting Office ATTN: MCAA SE, Building 39706 Fort Gordon GA
Zip Code: 30905-5650
 
Record
SN02892781-W 20120922/120921003001-74405f1e68c9c6a53e317ab39dc77af0 (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.