Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2008 FBO #2351
SOLICITATION NOTICE

Q -- LABORATORY TECHNICIAN SERVICES

Notice Date
5/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-08-037
 
Point of Contact
Teri J Champ,, Phone: 406/247-7063
 
E-Mail Address
teri.champ@ihs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(f) and 2305 and 41 U.S.C. 253(g) and 253a and 253(b), FAR Part 12, Acquisition of Commercial Items(Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), FAR 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530 as implemented by 25 U.S.C. 1638(c). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price, personal services commercial item contract in response to Request for Quotation (RFQ) 10-08-037. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-13. The associated North American Industry Classification System code is 621511 and the small business size standard is $12.5 million. PRICE SCHEDULE – LABORATORY TECHNICIAN SERVICES: 2016 HOURS @ $______________per HOUR = GRAND TOTAL: $_______________. INTRODUCTION: This contract position is located in the Laboratory Departments at the Fort Peck Service Unit, Poplar, Montana. and Wolf Point, Montana. This program provides laboratory technician services to residents throughout the Ft. Peck Indian reservation for the Ft. Peck Indian Health Service. WORK SCHEDULE: Monday through Friday from 8:00am to 4:30 pm. The work schedule shall be negotiated by the Laboratory Supervisor. MAJOR DUTIES: Performs chemical analysis on various body fluids. Performs CBC with platelet and instrument differential, manual differential, Protime/INR testing, and other hematological testing. Inoculates, isolates, identifies and performs sensitivity testing on aerobic cultures. Interprets sensitivity patterns. Performs various serological testing. Performs appropriate preparation and Quality Control of solutions, stains, reagents, and media used in various chemical, microbiological, and hematological testing. Performs concurrent studies and evaluation for new laboratory methodology. Establishes normal reference values for evaluation and standardization of new procedures and equipment. Start maintenance log and schedule, and calibration schedule. Performs calibration and verification in Chemistry and Hematology Department at the time appropriate intervals as specified by the manufacturer or by CLIA. Performs and maintains satisfactory Quality control on all laboratory procedures, taking independent corrective action whenever results exceed tolerance limits. Maintains Quality Control records, calibration records, and reagent records. Performs analysis and provides interpretation of Quality Control graphs. Performs Proficiency Testing in all areas of the laboratory. Takes appropriate action and documentation when values are out of range. Performs and documents maintenance daily, weekly, monthly, and quarterly on all laboratory instruments as indicated on the individual maintenance logs. Is able to set up, perform function checks, preventative maintenance, and trouble shooting with company representatives over the phone. Performs venous and capillary phlebotomy. Maintains professional growth through continuing education in the lab fields. Prepares and ships specimens for tests not performed. Documents shipping and receipt of results. Maintains appropriate “mail out” records for time periods as assigned by CLIA. The contractor will have sufficient education background in laboratory procedures to satisfy CLIA and COLA Regulations for laboratory testing at the moderately complex level. The contractor must have a general knowledge of testing procedures and be able to follow established protocols. The contractor should be proficient with the laboratory RPMS and EHR computer applications; specific knowledge of the Cell-Dyn 3200, the Clinitek 500, and the Dade Behring Dimension Expand Plus is preferrable. PERIOD OF PERFORMANCE: 2016 HOURS. GOVERNMENT FURNISHED PROPERTY, EQUIPMENT, SUPPLIES AND SERVICES: The Contractor will be authorized to use all areas of the facility made available to him/her. The Contractor must request clearance in order to access restricted areas of the facility, authorization must be granted and is to be used only for official business activities relating to job performance. The Contractor will be allowed to utilize copy machines, facsimile machines, libraries and telephone services and should only be utilized for official business activities relating to job performance. The Department will orientate the Contractor as to their specific duties and responsibilities. The Department will provide the Contractor with standard and specialized equipment and supplies needed for the performance and delivery of services including the use of a computer. The Department is responsible for getting the Contractor access and clearances to all pertinent, intranet; internet and computer services necessary to carry out his/her duties. The Department must provide the Contractor with direction and proper workloads, which are appropriate with the normal day-to-day operations in the Department. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer at the Fort Peck Service Unit, Poplar, Montana. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where Federally funded children's services are provided. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI): A CNACI must be completed for all IHS contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors performing services in IHS facilities. The character and background investigations will be conducted by Fort Belknap Service Unit Administration. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION–COMMERCIAL ITEMS (JAN 2004): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers and are included in the relative order of importance: (1) Scientific education background- 25 POINTS; (2) RPMS and EHR LIS Experience - 50 POINTS; (3) Specific Laboratory Equipment Knowledge - 25 POINTS. Award will be made on the basis of price and other factors representing the best value to the government. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.219-6, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 52.245-1, 52.245-2, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, and 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at either of the following: http://www.arnet.gov http://www.hhs.gov/ogam/oam/procurement/hhsar.html. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 5:00 p.m., on May 19, 2008. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company’s name and address. Offers will also be accepted by e-mail at teri.champ@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fcdc1643525069c8df79bff5dc3d2992&tab=core&_cview=1)
 
Place of Performance
Address: Billings Area Office, Billings, Montana, 59107, United States
Zip Code: 59107
 
Record
SN01565395-W 20080504/080502215207-fcdc1643525069c8df79bff5dc3d2992 (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.