AWARD
Q -- Medical Lab Services
- Notice Date
- 11/6/2019
- Notice Type
- Award Notice
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO IL 183 MSC, 3101 J DAVID JONES PKW CAPITOL APRT, SPRINGFIELD, Illinois, 62707-5003, United States
- ZIP Code
- 62707-5003
- Solicitation Number
- W91SMC19Q7015
- Point of Contact
- Brent D. Keller, Phone: 2177571251
- E-Mail Address
-
brent.d.keller.mil@mail.mil
(brent.d.keller.mil@mail.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W91SMC19A7003
- Award Date
- 8/23/2019
- Awardee
- MEMORIAL HEALTH SYSTEMS, 701 NORTH 1ST STREET, SPRINGFIELD, Illinois 62781, United States
- Award Amount
- 0.0
- Description
- STATEMENT OF WORK (SOW) Medical Services 183d Wing 30 May 2019 PART I: GENERAL INFORMATION. 1. Introduction/ Description Services. This is a non-personal services contract to provide medical services for the entire183d Wing, 217th Engineering Installation Squadron, The Air Operations Group and IL Joint Force Headquarters. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and non-personal services necessary to perform medical services as defined in this Performance Work Statement except for those items specified as government furnished property and services. The contractor shall perform to the standards in this contract. Provide medical, laboratory services and supplies for the 183d Medical Group. These services are required on an as needed basis and fulfill the unit's mission readiness medical prerequisites. 1.1 Background. The contractor must be able to provide services that allow for the completion of laboratory and medical procedures as needed. This contract is to provide support that the 183d Medical Group is unable to accomplish. 1.2 Objectives. The contractor shall provide all services requested to meet the necessary requirements. 1.3 Scope. The 183d WG/Medical Group requires the services of a contractor to administer medical services and laboratory tests for its member's and applicants. These services are required on an as needed basis and fulfill the unit's mission readiness medical prerequisites required for a RCPHA screening. 1.4 Period of Performance shall be for five years. 1.5 Contracting Officer Representative (COR). The COR will be identified by separate letter. The COR monitors all technical aspects of the contract and assists in contract administration. 1.6 Hours of Operation. The offices where the services will be conducted are usually open between the office hours of 8:00 AM and 5:00 PM Monday through Friday. The contractor shall plan to perform their services between those hours. If the facility is closed during Federal holidays or during inclement weather, the contractor shall be notified. The contractor must at all times maintain an adequate workforce for the uninterrupted performance of all tasks defined within this PWS. 1.7 Place of Performance. The work will be performed at a licensed medical facility or its laboratory sites. 1.8 Type of Contract. This will be a Firm Fixed Price contract. 1.9 Security Requirements. N/A 1.10 Special Qualifications and Certifications. Licensed medical facility 1.11 Post Award Meeting/Periodic Status Meetings. N/A PART II DEFINITIONS AND ACRONYMS 2. Definitions & Acronyms. 2. 1 Definitions. 2.2 Acronyms. COR Contracting Officer Representative POC Point of Contact QASP Quality Assurance Surveillance Plan etc. PART III GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, AND SERVICES N/A 3. Government Furnished Items & Support N/A PART IV CONTRACTOR FURNISHED ITEMS AND RESPONSIBILITIES. 4. Contractor Furnished Items and Responsibilities. 4.1 General. The Contractor shall furnish all supplies, equipment, facilities and services required to perform work under this contract that are not listed under PART III of this SOW. 4.2 Secret Facility Clearance N/A 4.3 Materials. The contractor shall provide necessary medical supplies, such as blood tubes, labels, specimen holders, urine Tubes, lab order sheets, tourniquets, vacutainer hubs etc. to meet the requirements under this SOW. 4.4 Equipment. The contractor shall provide the necessary equipment to meet the requirements under this SOW. NAME 1. CHEST X-RAY 2. PULMONARY FUNCTION TEST 3. GENERAL HEALTH PANEL 4. HANDLING/PHLEBOTOMY FEE 5. COL VEN BLOOD VENIPUNCTURE 6. OBSTETRIC PANEL 7. URINE PROT. ELECTRO. 8. ELECTROLYTES 9. URINE AMYLASE RANDOM 10. URINE CALCIUM RANDOM 11. URINE CREATININE 12. URINE CREATININE 13. URINE CREATININE 24H 14. URINE URIC ACID 15. URINE URIC ACID RAND 16. METHADONE 17. COCAINE METABOLITE 18. X6 DRUG ABUSE SCREEN 1 19. CONFIRMATION 20. DRUG CONFIRMATION 21. Urine Drug Confirmation Miscellaneous 22. Urine AMP Confirm 23. Urine BAR Confirm 24. Urine Bupre Confirm 25. Urine COC Confirm 26. Urine ETOH Confirm 27. Urine Fent Confirm 28. Urine MTD Confirm 29. Urine OPI Confirm 30. Urine PCP Confirm 31. Urine PPX Confirm 32. Urine TCA Confirm 33. Urine THC Confirm 34. Urine Tram Confirm 35. Drug Identification 36. URINE DRUG SCREEN COLLECT 37. ACETONE WB 38. ISOPROPANOL 39. ALCOHOL BLOOD 40. ETHANOL URINE 41. TOXICOLOGY SCREEN 42. PHENOBARBITURATE 43. TESTOSTERONE 44. TESTOSTERONE 45. ACETAMINOPHEN 46. ACETAMINOPHEN 47. ABUSE SCREEN 48. CHOLESTEROL 49. FLUID CHOLESTEROL 50. CREATININE 51. CREATININE CLEARANCE 52. CREATINE KINASE 53. CRYOGLOBULIN QUANT. 54. DRUG IDENTIFICATION 55. GLUCOSE FASTING 56. LAB-PROTEIN ELECTROPHORS,SERUM 57. HGB ELECTROPHOR FRAC 58. BODY FLUID PROTEIN 59. TOTAL PROT.-BODY FL. 60. TOTAL PROTEIN 61. ALBUMIN,SERUM 62. BODY FLUID ALBUMIN 63. GAMMAGLOBULIN, IGA 64. BODY FLUID LDH 65. LDH 66. IMMUNOGLOBULIN IGG 67. IMMUNOGLOBULIN IGM 68. LDH ISOENZYMES 69. ALBUMIN, SERUM 70. ALBUMIN, SERUM 71. BODY FLUID LIPASE 72. LIPASE 73. MAGNESIUM 74. LIPID PANEL 75. BODY FLUID PH 76. ALKALINE PHOSPHATASE 77. IRON SERUM 78. TRIGLYCERIDES 79. HCG QUANTITATIVE 80. IMMUNOGLOBULIN E 81. URINE GLUCOSE 24HR 82. URINE GLUCOSE RANDOM 83. PREGNANCY TEST,URINE 84. FSH 85. URINALYSIS 86. URINE MICROSCOPIC 87. PROTEIN URINE 88. URINE PROTEIN RANDOM 89. BFL SPECIFIC GRAVITY 90. SPECIFIC GRAVITY URI 91. ROUTINE URINALYSIS 92. MICROALBUMIN, 24 HR 93. FREE PSA 94. HEPATITIS A AB TOTAL 95. RED CELL FOLATE 96. LEGAL BLOOD ETHANOL 97. HDL CHOLESTEROL 98. PREALBUMIN 99. HEPATITIS B SURF. AB 100. MUMPS ANTIBODY, IGM 101. HEMOGLOBIN A1C 102. LDL DIRECT MEASURE 103. MICROALBUMIN,URINE 104. BASIC METABOLIC PROF 105. COMP. METABOLIC PAN 106. HEPATITIS PANEL 107. HEPATIC FUNCTION PAN 108. LAB_URINALYSIS W/O MICRO 109. HEPA B SURF AB TITER 110. SEX HORMONE GLOBULIN 111. SEX HORMONE GLOBULIN 112. C-REACTIVE PROTEIN 113. LAB-PTH, RAPID 114. MISCELLANEOUS CULT. 115. RUBELLA 116. MIC 117. MIC CREDIT 118. RPR 119. HIV EXPOSURE 120. HIV MEDICAL 121. HIV SCREENING 122. ROTAVIRUS EIA 123. HIV AB/WESTERNBLOT 124. QUANT TISSUE W/GS 125. MEASLE IGM AB 126. VARICELLA ZOSTER IGM 127. HIV-1 QUANTIFICATION 128. HCV QUANTITATIVE 129. MUMPS ANTIBODY IGG 130. VARICELLA ZOSTER IgG 131. MEASLES IgG 132. VITAMIN D 25 HYDROXY 133. QUANTIFERON TB GOLD 134. FREE T4 135. HEPATITIS B CORE AB 136. HEPATITIS A AB, IgM 137. HEPATITIS B SURF AG 138. HEPATITIS C ANTIBODY 139. FOLATE 140. CEA 141. x5 DRUG SCREEN 142. PROTEIN C FUNCTIONAL 143. PROTEIN S 144. HEMATOCRIT 145. HEMOGLOBIN 146. PLATELET COUNT 147. SICKLE CELL SCREEN 148. UNIT HGB S TYPE 149. WBC COUNT 150. WBC COUNT 151. AUTO DIFFERENTIAL 152. LAB-HEMOGLOBIN S 153. HEMOGLOBIN A2 QUANT 154. HEMOGLOBIN F QUANT 155. WESTERN BLOT - HIV 156. HEPATITIS C AB. RIBA 157. HEPATITIS Be Ab. 158. PLATELET ANTIBODIES 159. G-6-PD 160. HEPA B CORE AB, TOT 161. RAPID HIV-1&2 AB 162. RAPID HIV-1/2 SCREEN 163. ABS PRENATAL 164. ANTIBODY SCREEN 165. ANTIBODY SCREEN 166. ANTIBODY SCREEN 167. ANTIBODY IDENT. 168. DIRECT COOMBS 169. CROSSMATCH 170. CROSSMATCH 171. CROSSMATCH 172. CROSSMATCH 173. CROSSMATCH - GEL 174. LAB-CROSSMATCH IMM SPIN 175. ANTIBODY TITER 176. BLOOD TYPE 177. LAB-BLOOD TYPING;ABO 178. ANTI - D (RH) 179. LAB-BLOOD TYPING;RH(D) 180. BILL DIVID 181. RH IMMUNE GLOBULIN 182. BB Antigen Type 183. PLASMA PHERESIS PROC 184. WBC PHERESIS 185. LAB-ANTBDY SCRN,RBC,Gel Tech 186. LAB-ANTBDY SCRN,RBC,LISS Tech 187. LAB-ANTBDY SCRN,RBC, PEG Tech 188. LAB-ANTBDY SCRN,RBC,Sal Tech 189. LAB-ANTBDY SCRN,RBC, Prewarm 190. LAB-ANTBDY SCRN,RBC, PEG Adsor 191. LAB-ANTBDY SCRN,RBC, Cold 192. LAB-ANTIBODY ID, Gel Tech 193. LAB-ANTIBODY ID, LISS Tech 194. LAB-ANTIBODY ID, PEG Tech 195. LAB-ANTIBODY ID, SAL Tech 196. LAB-ANTIBODY ID, Prewarm 197. LAB-ANTIBODY ID, PEG Adsor 198. LAB-ANTIBODY ID, Cold 199. LAB-DIRECT COOMBS, IgG 200. LAB-DIRECT COOMBS, Complement 201. LAB-Crossmatch AHG Tech 202. LAB-WASHED RBC 203. LAB WASHED IRR RBC 204. LAB RBC REJUV DEGLYC 205. LAB RBC DEGLYC 4R IRR 206. BILL ONLY PACKED CEL 207. BILL PCA 208. BILL SING DONER PROD 209. ANTIBODY SCREEN 210. ANTIBODY SCREEN 211. FROZEN PACKED CELLS 212. BILL ONLY FFP 213. ELUTION 214. ANTIGEN TYPE 215. BILL ONLY CRYOPRECIP 216. BILL PHERESIS ALB. 250C 217. PHERESIS SALINE 218. EXTENDED ANTIBODY ID 219. PHERESIS PLT. LR,IRR 220. THAW FROZEN PRODUCT 221. BILL RBC IRRADIATED 222. RBC, LEUKORDCD, IRRDTED/UNIT 223. PKD RBC, LEUKOREDUCED/UNIT 224. PREPOOLED CRYOPRECIPITATE 225. PRA SCREENING 226. B-2 MICROGLOBULIN 227. PATH REVIEW OF PAP 228. HEMOGLOBIN F QUANT 229. BLOOD TUBES 230. LABELS 231. SPECIMEN HOLDERS 232. URINE TUBES 233. LAB ORDER SHEETS 234. TOURNIQUETS 235. VACUTAINER HUBS PART V SPECIFIC TASKS 5. Specific Tasks and Work Requirements. 5.1 Technical Requirements. 5.1.1 Extent of Obligation. The Government is obligated only to the extent of authorized purchases actually made under the BPA. 5.1.2 Pricing. The contractor shall provide a current price list with an effective date and end date (i.e 1 Aug 2019 through 31 Jul 2024 to the Contracting Officer. 5.1.3 Purchase Limitation. The dollar limitation for each individual purchase under the BPA shall not exceed $150,000.00 5.1.4 Individuals authorized to purchase under the BPA: NAME OF INDIVIDUAL MAXIMUM AMOUNT OF BPA Brent Keller, Contracting Officer $25,000.00 Alicia Braun, Contracting Officer $25,000.00 Kristina Kern, Medical $2,500.00 5.1.5 Invoices. An itemized invoice shall be submitted at least monthly for all services provided during a billing period for which payment has not been received. The 183d Medical Group has been designated as the office authorized to reconcile invoices for payment. Invoices will be sent to: 183d WG/Medical Group, 3101 J David Jones Pkwy, Springfield IL 62707. Payment for all invoices will be made using the Government Purchase Credit Card. 5.2 Deliverables. The contractor is responsible for providing all lab reports to the 183d Medical Group in a timely manner. PART VI APPLICABLE PUBLICATIONS N/A
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/5f9c606f9109c73de561a09a0433a2d4)
- Record
- SN05491018-W 20191108/191106230605-5f9c606f9109c73de561a09a0433a2d4 (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 |