|
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 25,1997 PSA#1979DHHS, PSC, DAM, GAB, Room 5-101, Parklawn Building, 5600 Fishers Lane,
Rockville, MD 20857 Q -- GENETIC TESTING SERVICES POC Amy Andre, Contract Specialist,
301-443-2475, Margaret Kelly, Contracting Officer, 301-443-2475 Part 2
of 2. The contractor shall supply with its unit price bid,
certification thatthe following minimum requirements are met: a) a
minimum of five years direct experience by the firm or principal in the
business of genetic testing. Substitution of experience by a
sub-contractor or employees is not acceptable; b) demonstrate that it
has the financial capacity to sustain a contract of this sizefor the
period of the contract; c) demonstrate the firm is accredited by the
American Association of Blood Banks (AABB) indicating that its level of
technical and administrative performance meets the requirements
established by the AABB. This accreditation must be in force during the
entire term of the contract, including any renewal; d) provide at least
three (3) references of companies/organizations for whom services were
performed within the last three (3) years; and e) provide all
licencing demonstrating that the firm is licenced to provide paternity
testing in the District of Columbia. The contractor shall provide the
Project Officer and other authorized representatives of the
Government, access to its facility, records and staff as may be
necessary for monitoring purposes. The contractor shall submit to the
Project Officer at contract execution and each six months thereafter
current health certificates for all staff to establish the absence of
communicable disease. The contractor shall provide a monthly report to
the Contract Administrator by the 10th day of the month regarding its
progress towards completion of task requirements in the statement of
work. Such reports shall contain the following information in a format
approved by the Project Officer: a) total number and names of persons
currently being tested; b) court docket number; c) IV-D Number; d)
services rendered and; e) date of test and test results. The contractor
shall submit to the Project Officer a final report no later than the
close of business on the day of the expiration of the contract
summarizing all dates of services delivered, accomplishments, issues
and recommendations. The period of performance shall be one year from
the date of award with four one year option periods if exercised by the
Government. The provisions at FAR 52.212-1, Instructions to Offerors --
Commercial Items is hereby incorporated by reference. FAR 52.212-2,
Evaluation -- Commercial Items does not apply, award will be made to
the offeror who submits the lowest, responsible bid. Companies wishing
to respond to this solicitation should provide this office with an
original and 3 copies of the following: a price bid for the requested
item, along with all certifications as outlined above. OFFERS MUST BE
SIGNED. Each offeror shall include a completed copy of the provisions
FAR 52-212-3, Offeror Representations and Certifications-Commercial
Items, it's Dun & Bradstreet Code, and it's Commercial and Government
Entity (CAGE) Code. Those companies not in possession of the provisions
in full text may contact this office and a copy will be provided. The
contract clause at FAR 52.212-4, Contract Terms and Conditions --
Commercial Items is incorporated by reference and applies to this
acquisition. The clause FAR 52.212-5, Contract Terms and Conditions
Required To Implement Statutes or Executive Orders -- Commercial Items
applies to this acquisition. The following additional FAR clauses
cited in this clause are applicable: 52.214-1, Solicitation Definitions
-- Sealed Bidding; 52.214-2, Type of Business Organization -- Sealed
Bidding; 52.214-3, Amendments to Invitations for Bids; 52.214-4, False
Statements in Bids; 52.214-5, Submission of Bids; 52.214-6,
Explanation to Prospective Bidders; 52.214-7, Late Submissions,
Modifications, and Withdrawals of Bids, for solicitations in the United
States and Canada for submission of bids to a contracting office in the
United States or Canada; 52.214-9, Failure to Submit Bid, except when
using electronic data interchange methods not requiring solicitation
mailing list; 52.214-10, Contract Award -- Sealed Bidding; 52.217-8,
Option to Extend Services; 52.217-5, Evaluation of Options; 52.203-6,
Restrictions on Subcontractor Sales to the Government, with Alternate
I; 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity;
52.219-8, Utilization of Small Business Concerns and Small
Disadvantaged Business Concerns; 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative
Action for Handicapped Workers; 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era; 52.225-3,
Buy American Act -- Supplies; 52.222-41, Service Contract Act of 1965,
As amended; 52.222-42, Statement of Equivalent Rates for Federal
Hires; and 52.222-43, Fair Labor Standards Act and Service Contract Act
-- Price Adjustment (Multiple Year and Option Contracts). All questions
concerning this IFB must be submitted in writing, no telephonic
responses will be processed. PLEASE NOTE THAT ANY AMENDMENTS TO THIS
SOLICITATION WILL BE PROCESSED IN THE SAME MANNER AS THIS
SYNOPSIS/SOLICITATION. Quotations are due on December 15, 1997 at 2:00
p.m. to the address and identified point of contact specified. All
bids shall be clearly marked in a sealed envelop with the bidder's
name, address, and solicitation number. No oral or fax bids will be
accepted. All responsible sources, fulfilling the requirements of this
solicitation, may submit a bid which shall be considered. (0325) Loren Data Corp. http://www.ld.com (SYN# 0059 19971125\Q-0009.SOL)
Q - Medical Services Index Page
|
|