SOLICITATION NOTICE
Q -- NEWBORN SCREENING LAB TESTS, ESTIMATED 3,960 TESTS PER YEAR FOR A ONE YEAR BASE PERIOD AND FOUR (4) ONE-YEAR OPTION PERIODS FOR WOMACK ARMY MEDICAL CENTER, DEPARTMENT OF PEDIATRICS, FORT BRAGG, NC
- Notice Date
- 4/1/2004
- Notice Type
- Solicitation Notice
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
- ZIP Code
- 20307-5000
- Solicitation Number
- W91YTZ-04-T-0039
- Response Due
- 4/7/2004
- Archive Date
- 6/6/2004
- Point of Contact
- lynn.ellison, 910-907-9304
- E-Mail Address
-
Email your questions to Medcom Contracting Center North Atlantic
(Lynn.Ellison@NA.AMEDD.ARMY.MIL)
- Small Business Set-Aside
- N/A
- Description
- Womack Army Medical Center(WAMC), Department of Pediatrics, Fort Bragg, NC, has a requirement to provided multiple series of lab tests on newborns required by NC State Law, for a one year base period and four one-year option periods. STATEMENT OF WO RK: Blood specimens are collected by WAMC staff within 24-48 hours following the birth. The specimens are mailed to the contractor by the third day. The following lab tests shall be performed on the blood samples by the contractor within one day of recei pt of the blood samples: congenital adrenal hyperplasia (CAH), galactosemia (GAL), congenital hypothyroidism (Thyroid), Sickle Cell (hemoglobin), phenylketonuria (Amino Acid Profile), and acylcaritine profile. The contractor shall provide follow-up tests, if required, for phenylketonurias at no charge. The following information must accompany each specimen: Newborn??????s Medical Record Number, Newborn??????s first and last name, birth date, birth-time, race, sex, birth weight in grams, specimen date, spe cimen time, Mother??????s first and last name, Mother??????s maiden name, Mother??????s social security number, Mother??????s mailing address, hospital specimen submitter, Federal Tax Identification Number, Physician name and Federal Tax Identification Num ber. The Contractor shall submit the results of those tests to WAMC within 7 days following the readings. Tests results shall be mailed to Womack Army Medical Center, Department of Pediatrics, ATTN: MAJ Mary Selman/Ms. Vivian Taylor, Fort Bragg, North Ca rolina 28310. In cases of abnormal test results of the laboratory screening of the blood samples, the contractor shall provide a report to WAMC requesting additional blood samples. WAMC will collect the repeat specimens and mail to the contractor. WAMC will pay for the repeat specimens, however, there shall be no additional charges for hemoglobin tests. By the 2nd calendar day following the last day of each month, the contractor will mail a report to WAMC containing the following listed information: Nam e of patient, Birth date, Medical Record Number and the number of tests performed for all those patients receiving tests during the preceding month. This information should match the monthly invoice for which the vendor is seeking payment. This informatio n will be utilized by the WAMC staff to validate services received for the preceding month. Evaluation Factors: The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation wil l be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:Technical / Past Performance: Technical ?????? Provide current copies of required professional credentials for personnel. Past Performance - Provide a list of all government contracts for subject service held over the last two (2) years. Include the agency name, address, name and phone number of a person to contact, the contact number, and dollar value and type of contract. The evaluation of past performance will not be numerically rated. Evaluation of past performance will be based on the following: a. High Risk ?????? Equates to a low probability of success. Verification of past performance shows the offers have consiste ntly not met work schedules and other obligations, have defaulted on at least one contract within the past two (2) years, or have chronically failed to meet contract terms. b Medium Risk ?????? Equates to a reasonable expectation of success. Verification of past performance shows that offeror occasionally has not met work schedules or other obligations, on occasion has been unable to provide requested services, or met contract terms with only a few reported failures, and has not defaulted on any contract within the past two (2) years. c. Low Risk ?????? Equates to a substantial probability of success. Verification of past performance shows that offeror consiste ntly meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past two (2) years. Price: The award will be made on a best value basis with a technically acceptable firm w hich offers the government the best value, based on an evaluation of past performance and price, as equally rated factors. Price will be evaluated separately from technical/past performance. The Government will award a contract resulting from this solicita tion/synopsis to the low-priced technically-acceptable offeror with a satisfactory past performance. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). The following FAR provisions and clauses applies to this solicitat ion: 52.212-1 Instructions to Offerors-Commercial;52.212-4 Contract Terms; 52.212-5 Contract Terms; 252.204-7004 Required CCR;2.217-8 Option to Extend Svcs; 52.217-9 Option to Extend Term;52.232-19 Availability of Next Year Funds;252.212-7001 Contract Term s; 252.232-7003 Electronic Submission of Payment Requests; (Contractor to include a completed copy of the following provisions with quote)52.212-3 Offeror Reps and Certs; 52.222-48 Exemption from Service Act; 252.212-7000 Offeror Reps and Certs - CI. Refer enced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hil.af.mil; http://www.dtic.mil/dfar. Responses for this requirement should be faxed to Lynn Ellison at 910-907-9307 or emailed to Lyn n.Ellison@NA.AMEDD.ARMY.MIL no later than 1600 hours on 07 April 2004.
- Place of Performance
- Address: NARCO, WOMACK ARMY MEDICAL CENTER BLDG 4-2817 REILLY ROAD FORT BRAGG NC
- Zip Code: 20310
- Country: US
- Zip Code: 20310
- Record
- SN00558425-W 20040403/040401212405 (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 |