Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 15, 2004 FBO #0779
SOLICITATION NOTICE

Q -- Combined synopsis/solicitation for laboratory testing services at Lemoore, California, and Fallon, Nevada.

Notice Date
1/13/2004
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024404R0017
 
Response Due
2/13/2004
 
Archive Date
3/14/2004
 
Point of Contact
Carol Giles 619-532-2657 Carol Giles 619-532-2657
 
E-Mail Address
Email your questions to Click here to contact the Contract Specialist
(carol.giles@navy.mil)
 
Description
Solicitation N00244-04-R-0017 is issued under full and open competition. The applicable NAICS code is 621511. The small business size standard is $11,500,000. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in FAR Subpart 15 and 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. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 18. The proposed contract action is for services (lab testing services, including courier services). The requirement is for a firm fixed price, requirements type contract with a base period and three option years for lab testing services at the Naval Medical Centers loc ated in Lemoore, California, and Fallon, Nevada. The base period starts March 1, 2004. Contact the Contract Specialist for a copy of Section B and the Statement of Work. CLAUSES AND PROVISIONS The following clauses and provisions are applicable and hereby incorporated by reference. For full text of FAR and DFAR provisions, see http://farsite.hill.af.mil/. FAR 52.202-1 Definitions FAR 52.209-6 Protecting the Government?s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.212-1 Instructions to Offerors ? Commercial Items FAR 52.212-2 Evaluation ? Commerical Items , with paragraph (a) completed as follows: (i)Technical capability. (ii) Price. (iii) Past performance. Technical capability represents the minimum criteria for an acceptable offer. Failure to meet this criteria will render the offer techn ically unacceptable and the offer will not be considered for award. Technical capability is determined by accreditation by the College of American Pathologists and the Clinical Laboratory Improvement Act. In addition, the contractor?s laboratory must be approved by Executive Medical Staff of the Naval Medical Center. Other requirements are set forth in the statement of work. Ability to meet these requirements shall be demonstrated by the offeror?s submission of a signed offer which has not taken exception to these requirements. Offerors which take exception to these requirements will be determined to be unacceptable and not considered for award. For past performance, provide data on your two most recently completed (not to exceed 3 years since completion) federal government contracts for similar services. If you do not have federal contracts, you may provide state, local or commercial contracts. Provide the contract number, date of contract, point of contact and telephone number. Information on past performance will be obtained from references as well as any other sources that may have relevant information. Award will be made to that responsible offeror who meets the above minimum requirements, demonstrates acceptable past performance and offers the lowest price. FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items (ALT. 1) FAR 52.212-4 Contract Terms and Conditions ? Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items , applies with the following applicable clauses for paragraph (b): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government?Alterna te I; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-9 Small Business Subcontracting Plan; FAR 52.222-21 Prohibition of Segregated Facilities ; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965, As Amended; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act ?Price Adjustment (Multiple Year and Option Contracts); FAR 52.225-13 Restriction on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration. F AR 52.216-18 Ordering applies with the paragraph (a) filled in ?Such orders may be issued from March 1, 2004 through September 30, 2004.? FAR 52.216-19 Order Limitations applies. Paragraph (a), the minimum order is $200.00. Paragraph (b) (1), (2), and (3) is completed with ?not applicable?. FAR 52.216-21 Requirements applies. Paragraph (f) is completed with October 30, 2004. FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services applies. The last sentence reads ?The Contracting Officer may exercise the option by written notice to the Contractor prior to contract expiration.? FAR 52.217-9 Option to Extend the Term of the Contract applies with paragraph (a) completed as follows: The Government may extend the term of this contract by written notice to the Contractor prior to contract expiration, and paragraph (c) completed as follows: three years and six months. FAR 52.219-16 Liquidated Damages ? Subcontracting Plan FAR 52.223-5 Pollution Prevention and Right-To-Know Information FAR 52.227-2 Notice and Assistance Regarding Patent and Copyright Infringement FAR 52.229-4 Federal, State and Local Taxes (Noncompetitive Contract) FAR 52.232-17 Interest FAR 52.232-18 Availability of Funds FAR 52.233-2 Service of Protest FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation FAR 52.242-13 Bankruptcy FAR 52.242-15 Stop Work Order FAR 52.246-4 Inspection of Services?Fixed Price FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-2 Clauses Incorporated by Reference DFARS 252.201-7000 Contracting Officer?s Representative DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Requir ed Central Contractor Registration DFARS 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7000 Offeror Representation and Certifications-Commercial items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following clauses applicable for paragraph (a): FAR 52.203-3 Gratuities, and the following clauses applicable for paragraph (b): DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders ; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities; DFARS 252.243-7002 Requests for Equitable Adjustment; DFARS 252.247-7023 Transportation of Supplies by Sea ; DFARS 252.247-7024 Noti fication of Transportation of supplies By Sea. DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic And Hazardous Materials DFARS 252.243-7001 Pricing of Contract Modifications Contact the Contract Specialist for the full text of Local Clauses at carol.giles@navy.mil. Local Clause G-114 Designation of Ordering Activity Local Clause L-331 Review of agency protests Local Clause L-332 Unit prices Local Clause L-333 Contractor operated cranes Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3 Offeror Representation and Certifications ? Commercial Items FAR 52.212-3 (ALT. 1) Offeror Representation and Certifications ? Commercial Items DFAR 252.212-7000 Offeror Representation and Certifications ? Commercial Items The items listed above can be obtained from the Contract Specia list by email request. All responsible offerors are to submit current pricing, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number, and contractor?s complete mailing and remittance addresses. Also required are copies of applicable commercially published price lists pertaining to the contractor?s services that meet the specifications, along with applicable government discounts. Proposals, including pricing and any technical information must be received no later than 3:00 PM PST, February 13, 2004. Potential offerors must monitor this web site for potential changes to the combined synopsis/solicitation and the statement of work. Amendments to the combined synopsis/solicitation will be posted to this web site. This information may be faxed to 619-532-2347, attn: Carol Giles, or email to carol.giles@navy.mil. If this information is fax ed, call Ms. Giles at 619-532-2657 to notify that fax was sent. Lack of registration in the Central Contractor Registration (CCR) database will make an offeror ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://www.ccr.gov for more information.
 
Web Link
Click here to see the combined synopsis/solicitation
(http://www.neco.navy.mil)
 
Record
SN00503241-W 20040115/040113212313 (fbodaily.com)
 
Source
FedBizOpps.gov 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.