Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2015 FBO #5124
SOLICITATION NOTICE

Q -- Medical Laboratory Testing - W912LQ-16-T-0001

Notice Date
12/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-16-T-0001
 
Archive Date
12/31/2015
 
Point of Contact
Rebecca Fowler, Phone: 4342986206, Susan E. Swanson, Phone: 434-298-6293
 
E-Mail Address
rebecca.l.fowler6.civ@mail.mil, susan.e.swanson5.civ@mail.mil
(rebecca.l.fowler6.civ@mail.mil, susan.e.swanson5.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
RFQ This solicitation is being issued as 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; quotes are being requested and a written solicitation will not be issued. Solicitation W912LQ-16-T-0001 is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83, effective 01 Nov 2015. This procurement is being issued Unrestricted under NAICS code 621511 with a small business size standard of $32.5 million. The basis for award is low price technically acceptable. The following commercial service is requested in this solicitation. The contractor shall provide the Virginia Army National Guard with laboratory services for analyzing blood and urine samples during a twelve month ordering period with the option for a second twelve month ordering period. Interested vendors shall provide firm fixed prices (FFP) for all contract line item numbers (CLINS) on the attached document. For the contractor manpower reporting CLINs (0022 and 1022), interested vendors may indicate a price or mark this item is not separately priced (NSP). Submission Requirements: Prospective vendors must submit the following information with their quote package. Failure to provide one or more of the documents may result in the contractor's quote being determined non-responsive and the quote not being further considered for award. a. Completed and signed Standard Form (SF) 1449, page 1 b. Completed pricing schedule c. Representations and Certifications. 252.212-3 Alt I and 252.209-7991 d. Certifications, accreditations and licenses as identified in the attached document. e. No more than two typed pages addressing/supporting how the contractor can meet the required twenty-four (24) hour pick-up and forty-eight (48) hour delivery requirements identified in the attached document. f. No more than two typed pages synopsizing the contractor's established quality controls to monitor the accuracy and precision of testing. The following provisions are incorporated in this solicitation by reference: FAR 52.204-7, System for Award Management; FAR 52.204-16, Commercial and Government Entity Code Reporting; FAR 52.212-1, Instructions to Offerors - Commercial (Amended to delete paragraphs (d) Product Samples, (e) Multiple Offers, and (h) Multiple Awards); The following clauses are incorporated in this solicitation by reference: FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-13, System for Award Management Maintenance; FAR 52.204-18, Commercial and Government Entity Code Maintenance; FAR 52.204-19, Incorporation by Reference of Representations and Certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.223-3, Hazardous Material Identification and Material Safety Data; FAR 52.223-5, Pollution Prevention and Right-to-Know Information; FAR 52.232-39, Unenforceability of Unauthorized Obligations; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors; DFARS 252.201-7000, Contracting Officer's Representative; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, System for Award Management; DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information; DFARS 252.223-7006, Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials; DFARS 252.225-7001, Buy American and Balance of Payment Program; DFARS 252.225-7002, Qualifying Country Sources as Subcontractors; DFARS 252.225-7048, Export-Controlled Items; DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of Contract Modifications; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated in this solicitation by full text. The full text is found in the attachment to this announcement. FAR 52.212-3 Alt I, Offeror Representations and Certifications - Commercial Items Alternate I (must be returned with quote); FAR 52.217-5, Evaluation of Options; FAR 52.252-1, Solicitation Provisions Incorporated by Reference; FAR 52.252-5, Authorized Deviations in Provisions; DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials; DFARS 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation; DFARS 252.209-7991, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016 Appropriations (must be returned with quote); DFARS 252.216-7006, Ordering The following clauses are incorporated by full text. The full text is found in the attachment to this announcement. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; FAR 52.216-19, Order Limitations; FAR 52.216-22, Indefinite Quantity; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-49, Service Contract Labor Standards - Place of Performance Unknown FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-6, Authorized Deviations in Clauses; DFARS 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements; DFARS 252.211-7003, Item Unique Identification and Valuation; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions As FAR Clause 52.222-41, Service Contract Labor Standards is applicable to this requirement, the contractor must pay each service employee performing work under this contract not less than the minimum wages and fringe benefits in accordance with the applicable wage determination for the state and county in which work will be performed. As work will be performed at the contractor's facility and the location will not be known until time of award, each interested vendor is required to review and price according to the applicable wage determination for their location(s). Wage determinations can be viewed at http://www.wdol.gov/sca.aspx. The wage determination in effect at the time of award for the performance location of the successful contractor will be included in any resulting award. Quotes are due by the time specified in block 8 on page 1 of the attached document unless otherwise amended via a solicitation amendment or directly on the Federal Business Opportunities (https://www.fbo.gov) webpage. Quotes shall be submitted via email to rebecca.l.fowler6.civ@mail.mil. Facsimile quotes will not be accepted. Questions regarding this solicitation may be directed to Rebecca Fowler via email at rebecca.l.fowler.civ@mail.mil by 4:00 p.m. ET, on December 8, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-16-T-0001/listing.html)
 
Place of Performance
Address: To Be Determined, Virginia, United States
 
Record
SN03958682-W 20151204/151202234427-3f0e017da005faa703ec2cd32e1fe26a (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.