Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2014 FBO #4653
SOLICITATION NOTICE

Q -- Medical Surveillance Services

Notice Date
8/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
USPFO for Michigan, Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD., Lansing, MI 48906-2934
 
ZIP Code
48906-2934
 
Solicitation Number
10487756
 
Response Due
9/18/2014
 
Archive Date
10/18/2014
 
Point of Contact
Kim Pohl, 517-481-7842
 
E-Mail Address
USPFO for Michigan
(kimberly.d.pohl.civ@mail.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 10487756, and is issued as a Request for Quotation (RFQ). This RFQ incorporates provisions and clauses as those in effect through Federal Acquisition Circular Number 2005-58, 18 May 2012. This RFQ is being conducted as a commercial item procurement using Simplified Acquisition Procedures (FAR Part 13). Contract financing will NOT be provided by this acquisition. The Government reserves the right to not make an award at all. Quotations are being solicited with the intent of contracting with option years. This solicitation is unrestricted however socio-economic goals will be an evaluation factor. The North American Industry Classification (NAICS) code is 621111 with a size standard of $10.0 mil. The regional area of Lansing will need to be available for services. Please quote and submit your bid on the following services: a. Complete Blood Count (CBC) including partial differential and blood platelet counts (actual). b. CMP/Chem 23 panel to include lipids. c. Urinalysis (UA), screening and microscopic d. Alkaline phosphatase (Alk PO4), Gamma Glutamyl Transpeptidase (GGTP), Serum Glutamic Oxalecetic Transaminase (SGOT), and Serum Glutamic Pyruvic Transaminase (SGPT) either individually or as part of a Liver profile. e. Heavy Metal Screen (Cadmium, Arsenic, Mercury/Urine and Blood) f. Beta 2 microglobulin (urine) g. Serum lead/ZPP h. Formaldehyde i. Benzene j. PSA only on individuals requesting the testing k. Over 40 fecal occult l. CXR (2 view) Pulmonary Function Tests will meet the following criteria: a. Performed by a licensed physician, Certified Pulmonay function technologist, or registered respiiratory therapist in accordance with 29 CFR 1910.1001. Reports will include respirator use clearance. b. Test will include as a minimum forced expiratory volume in one second (FEV1), forced vital capacity (FVC), FEV1/FVC ratio, comparison with recognized normal results (Knudson) for the individuals height and weight, and a documented interpretation by a pulmonologist or certified Occupational Health Physician. c. Specifications regarding equipment guidelines and calibration test administration, and test interpretation must meet applicable OSHA and ANSI standards. Supporting documentation will be provided to this office upon request. 6-4. Quantitive Fit Testing-the employee must be fit tested with the same make, model, style, and size of respiratorthat will be used. Fit testing will be done in accordance with 29 CFR 1910.134. 6-5. Vision screening will detect the possible need for visual correction. Parameters surveyed will include far and near visual acuity, both eyes, left eye, right eye, stereo depth, vertical phoria, lateral phoria, color vision, and peripheral vision. Nondestructive Inspection and Testing (NDI) vision screenings per FAA. Amsler grid test must also be available for laser workers. 6-6. Audiogram will include a record of the threshold of audibility of each ear for pure tone test frequencies 500, 1000, 2000, 3000, 4000, and 6000 Hertz. Download of electronic database in the Defense Occupational and Environmental Readiness System-Hearing Conversation (DOEHRS-HC)will also be required if availablenservation training will be provided during testing. Significant Threshold Shifts and any OSHA recordable or reportable hearing loss will be documented by roster and provided to the OHN. Please provide a cost for each of the above stated services. A copy of FAR Clause 52.212-3 with Alt I, Contractor Representations and Certifications - Commercial Items, must be completed and submitted with quotation. A copy is available at http://www.arnet.gov.far/. By submission of a quote, offeror acknowledges the requirement that a prospective awardee must be registered in SAM.gov prior to award, during performance and through final payment of any contracting resulting from this RFQ. The following FAR Provisions and Clauses apply to this acquisition: 52.203-3, Gratuities 52.203-6 ALT I, Restrictions of Subcontractor Sales to the Government 52.204-4, Printed or Copied-Double Sided on Recycled Paper 52.204-7, Central Contractor Registration 52.204-9, Personal Identity Verification of Contractor Personnel 52.211-16, Variation in Quantity (25% Increase/25% Decrease) 52.212-1, Instructions to Offerors-Commercial Items 52.212-2, Evaluation-Commercial Items (Evaluation factors being price and past performance with each being equally considered in the evaluation process) 52.212-3 ALT I, Offeror Representation and Certifications-Commercial Items Alternate I 52.212-4, Contract Terms and Conditions-Commercial Items 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.222-3, Convict Labor 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-2, Service of Protest 52.233-3, Protest after Award 52.233-4, Applicable Law for Breach of Contract Claim 52.247-34, F.O.B. Destination 52.252-1, Solicitation Provisions Incorporated By Reference 52.252-2, Clauses Incorporated By Reference 52.252-6, Authorized Deviations in Clauses The following Defense Federal Acquisition Regulations Supplement (DFARS) provisions and clauses apply to this solicitation: 252.204-7004, Alternate A 252.212-7001 (Dev), Contract Terms and Conditions Required to Implement Applicable to Defense Acquisitions of Commercial Items (Deviation) 252.217-7019 ALT I, Sanitary Conditions-Alternate I 252.217-7022, Code Dating 252.217-7023, Marking 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.232-7003, Electronic Submission of Payment Requests 252.243-7002, Requests for Equitable Adjustment 252.246-7000, Material Inspection and Receiving Report Copies of all provisions and clauses, including Representations and Certifications, are available at http://www.arnet.gov/far. Point of contact for this RFQ is Kim Pohl at (517)481-7842. Quotes can be e-mailed to kimberly.d.pohl@mail.mil or faxed to 517-481-7847. No special format or form is required for your quote; however, a completed copy of FAR 52.212-3 with Alt I, Representations and Certifications, must be included. Quotes are due not later than 12:00 PM, EST September 18, 2014. All responsible sources may submit an offer, which shall be considered by the agency. The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be a best value to the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/10487756/listing.html)
 
Place of Performance
Address: USPFO for Michigan Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD. Lansing MI
Zip Code: 48906-2934
 
Record
SN03470587-W 20140821/140819235803-bbc0bbd70f11bf7f9306b2f9db5655b5 (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.