Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 03, 2014 FBO #4604
SOURCES SOUGHT

H -- USDOT Sources Sought Urine Collection for Drug Testing & Breath Alcohol Testing Services - Package #1

Notice Date
7/1/2014
 
Notice Type
Sources Sought
 
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
DTOS5914R00318
 
Point of Contact
Tyrone M. Moorer, Phone: 2023660654
 
E-Mail Address
tyrone.moorer@dot.gov
(tyrone.moorer@dot.gov)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Notice - USDOT Substance Abuse Awareness and Testing Office (SAATO) for Urine Collection for Drug Testing and Breath Alcohol Testing Services Federal Business Opportunities (FEDBIZOPPS) Notice Type: Sources Sought Synopsis: U.S. Department of Transportation (DOT) Urine Collection for Drug Testing and Breath Alcohol Testing Services In accord with Federal Acquisition Regulation Part 15.201 - Exchanges with Industry Before Receipt of Proposals, this is a Sources Sought Notice representing a market survey for Urine Collection for Drug Testing and Breath Alcohol Testing Services and supporting functions to the U.S. Department of Transportation (DOT) and other entities (e.g. other federal agencies) and is not a request for proposals, proposal abstracts, quotations or invitation for bids. The Government will not pay time or materials in response to this market survey, or return the data provided. In the event a solicitation is issued by the Government, all interested sources must respond to future solicitations separately from responses to this market survey. The DOT is conducting a MARKET SURVEY or REQUEST FOR INFORMATION to obtain information regarding the availability and capability of qualified sources relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Interested vendor responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is appropriate. The procurement shall be for five (5) years and the anticipated total obligation, including all option years, is not expected to exceed $ 28,000,000.00. The Government intends to award one Firm Fixed Priced Indefinite Delivery Indefinite Quantity (IDIQ) Contract with a base period and four (4) option periods. This notice does not obligate the Government to award a contract. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Vendors responding to this notice should ensure that responses are complete and sufficiently detailed to allow the Government to determine the vendor's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitations may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The NAICS code is 621511. Description of the requirement : The U.S. Department of Transportation (USDOT), Office of the Secretary, Substance Abuse Awareness and Testing Office (SAATO) provides for urine collection for drug testing and breath alcohol testing services for all Operating Administrations within DOT, the Office of the Secretary (OST) and the Office of the Inspector General (OIG). In addition, urine collection and breath alcohol testing services for other federal agencies may be required under an anticipated contract vehicle. Services will be provided, where appropriate, in accordance with Executive Order 12564, the Omnibus Transportation Employee Testing Act of 1991, the Aviation and Transportation Security Act, DOT Drug and Alcohol Workplace Order, DOT Drug and Alcohol Testing Guide and the attached synopsized Statement of Work. Potential sources shall provide an original and three (3) copies of their responses. Responses shall not exceed 30 single side pages of 8X11 size paper with arial font, 12 pitch and shall address the following: 1) Company name, address, phone number, primary contact(s), e-mail address, NAICS code(s), business size (i.e., small/large, 8(A)) and DUNS Number. 2) Demonstrated ability to perform urine collection for drug testing and breath alcohol testing services and supporting functions to the U.S. Department of Transportation (DOT) and other entities (e.g. other federal agencies). •a) The contractor shall perform services in accordance with requirements in the attached synopsized Statement of Work (SOW). 3) Experience over the last three (3) years in performing ongoing or completed work comparable or similar to the following required services: Name and address of client Performance periods Type of contract (IDIQ/task order, time and materials, fixed price, cost reimbursable, etc.) Breakdown of the values for base year and option years Description of services rendered Number of locations serviced Each respondent shall email their reply to Tyrone Moorer no later than Thursday, July 10, 2014 at 12 noon, EST at tyrone.moorer@dot.gov. No confidential, proprietary, classified, or sensitive information should be included in your response. No phone calls will be accepted. Place of Performance: Department of Transportation, Washington, DC Primary Point of Contact: Tyrone.moorer@dot.gov USDOT SYNOPSZED STATEMENT OF WORK USDOT URINE COLLECTION AND ALCOHOL TESTING SERVICES Summary The U.S. Department of Transportation (DOT) has a requirement for a contractor to provide urine collection for drug testing and alcohol testing services and supporting functions to DOT and other entities (e.g. other federal government agencies). Services will be provided, where appropriate, in accordance with Executive Order 12564, the Omnibus Transportation Employee Testing Act of 1991, the Aviation and Transportation Security Act, DOT Drug and Alcohol Workplace Order, DOT Drug and Alcohol Testing Guide and this statement of work. The contractor shall provide any other related services to support the DOT Drug and Alcohol-Free Workplace Program. This requirement covers urine collection for drug testing and alcohol testing services for all operating administrations within the DOT, the Office of the Secretary (OST) and the Office of the Inspector General (OIG). In addition, urine collection and alcohol testing services for other federal government agencies may be required under this contract. This may require changes to collector instructions, forms and entail additional administrative work. This may include urine collection and alcohol testing requirements of DOT 49 CFR Part 40. Other agencies may obtain services under this contract by becoming a rider under an anticipated contract award. The following guidelines apply: •1. Each participating agency shall directly communicate service requirements with the contractor. •2. The contractor shall deal directly with individual participating agencies on service requirements. •3. The contractor shall invoice the participating agency directly, not through DOT, for services provided. •4. Disagreements relating to specific service delivery requirements shall be resolved between participating agency and contractor. •5. The participating agency shall pay the contractor directly, not through DOT, for services. The anticipated contract award will be a Firm-Fixed Price, Indefinite Delivery/Indefinite Quantity contract with a base period and four (4) option periods. Collection/testing is required in all 50 States, Puerto Rico, U.S. Virgin Islands, and certain locations in the Western Pacific area; e.g. Guam, American Samoa, etc. The estimated number of DOT employee collections/tests to be performed is approximately 11,500 collections for drug testing and 2,300 alcohol tests a year. The estimated number of Department of Homeland Security (DHS) employee collections/tests to be performed, if DHS participates in a contract award, is approximately 20,000 collections for drug testing and 20,000 alcohol test a year. Approximately 200 of these tests are emergency after hours testing. The rate of random testing, is currently 25% of the employees eligible each year, is subject to change. The actual number of tests to be performed each year will vary depending upon such factors as random testing rate, volume of testing other than random, and testing required supporting other entities outside of DOT that may participate in this contract. The rate for alcohol testing is currently 10% with an estimated minimum of 2300 random tests per year. Should the rate of positive tests exceed 1% for any 1-year period, the testing rate may be increased. The number of tests required under the other types of testing varies. Reasonable suspicion and post‑accident tests are expected to be approximately 1% of tests. Follow‑up tests are expected to be approximately 12% and pre‑employment and pre‑appointment are currently about 20% of current drug tests. Pre-employment alcohol testing is not currently performed within DOT. The contractor shall participate with DOT in this effort by assisting, in a flexible and responsive manner, in establishing and modifying procedures required and assuring a high quality of performance. It is the responsibility of the contractor to be familiar with the DOT Federal Employee Workplace Testing Program policies and procedures, DOT Drug and Alcohol Workplace Order, DOT Drug and Alcohol Testing Guide. The contractor, and any subcontractor associated with this contract, will be subject to contract Quality Assurance inspections that are announced and unannounced, by DOT. The impact of other entities participating in this contract cannot be estimated at this time. If DHS participates in this contract, the time period for that participation may be 1 to 5 years. As the Transportation Security Administration (TSA) has a separate contract for the majority of pre-employment testing, it is anticipated that TSA Headquarter and other DHS pre-employment testing will be under 1,000 tests per year.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/TASC/TASCASD/DTOS5914R00318/listing.html)
 
Place of Performance
Address: USDOT, 1200 New Jersey Avenue, SE, Washington, DC 20590, Washington, District of Columbia, United States
 
Record
SN03412083-W 20140703/140702003047-bcba525228f351effebcbb2db108afc7 (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.