Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 24, 2008 FBO #2463
SOLICITATION NOTICE

65 -- This modification is issued to add the option periods, and extend the closing date to 27 August 2008.

Notice Date
8/22/2008
 
Notice Type
Modification/Amendment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Army, U.S. Army Medical Command, Great Plains Regional Contracting Ofc, Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81XTR82751064
 
Response Due
8/27/2008
 
Archive Date
10/26/2008
 
Point of Contact
Roland Jasso, 210-221-4964<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. Solicitation W81XTR82751064 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05. This acquisition is unrestricted under NAICS code 621511 and the business size standard is 11.5 million. The requirements in this solicitation are: BASE YEAR Quantity Unit Unit Price CLIN 0001 ; 3500 ea ________ LABORATORY ANALYTICAL SUPPORT:NON-SERVICE CONTRACT: CONTRACTOR SHALL PROVIDE ALL NECESSARY LABOR, PARTS, MATERIAL AND EQUIPMENT FOR LABORATORY ANALYTICAL SUPPORT FOR INDUSTRIAL HYGIENE, DEPARTMENT OF PREVENTIVE MEDICINE, CRDAMC. (SEE ATTACHED STATEMENT OF WORK AND ANALYSIS REQUEST LIST). Base period is from date of award through 1 October 2008 through 30 September 2009, 1st Option Quantity Unit Unit Price CLIN 1001, 3500 ea _______ LABORATORY ANALYTICAL SUPPORT:NON-SERVICE CONTRACT: CONTRACTOR SHALL PROVIDE ALL NECESSARY LABOR, PARTS, MATERIAL AND EQUIPMENT FOR LABORATORY ANALYTICAL SUPPORT FOR INDUSTRIAL HYGIENE, DEPARTMENT OF PREVENTIVE MEDICINE, CRDAMC. (SEE ATTACHED STATEMENT OF WORK AND ANALYSIS REQUEST LIST). 1 October 2009 through 30 September 2010. 2nd Option Quantity Unit Unit Price CLIN 2001 3500 ea LABORATORY ANALYTICAL SUPPORT:NON-SERVICE CONTRACT: CONTRACTOR SHALL PROVIDE ALL NECESSARY LABOR, PARTS, MATERIAL AND EQUIPMENT FOR LABORATORY ANALYTICAL SUPPORT FOR INDUSTRIAL HYGIENE, DEPARTMENT OF PREVENTIVE MEDICINE, CRDAMC. (SEE ATTACHED STATEMENT OF WORK AND ANALYSIS REQUEST LIST). Period of Performance 1 October 2010 through 30 September 2011 3rd Option Quantity Unit Unit Price CLIN 3001 3500 ea LABORATORY ANALYTICAL SUPPORT:NON-SERVICE CONTRACT: CONTRACTOR SHALL PROVIDE ALL NECESSARY LABOR, PARTS, MATERIAL AND EQUIPMENT FOR LABORATORY ANALYTICAL SUPPORT FOR INDUSTRIAL HYGIENE, DEPARTMENT OF PREVENTIVE MEDICINE, CRDAMC. (SEE ATTACHED STATEMENT OF WORK AND ANALYSIS REQUEST LIST). Period of Performance 1 October 2011 through 30 September 2012 4th Option Quantity Unit Unit Price CLIN 4001 3500 ea LABORATORY ANALYTICAL SUPPORT:NON-SERVICE CONTRACT: CONTRACTOR SHALL PROVIDE ALL NECESSARY LABOR, PARTS, MATERIAL AND EQUIPMENT FOR LABORATORY ANALYTICAL SUPPORT FOR INDUSTRIAL HYGIENE, DEPARTMENT OF PREVENTIVE MEDICINE, CRDAMC. (SEE ATTACHED STATEMENT OF WORK AND ANALYSIS REQUEST LIST). Period of Performance 1 October 2012 through September 2013 Statement of Work (SOW): A.1.0. SCOPE OF WORK: A.1.1 The contractor shall provide Analytical Support for Industrial Hygiene Department of Preventive Medicine at Carl R. Darnall army Medical Center, Fort Hood, Texas. Contractor shall provide all necessary equipment, labor, materials, and parts to conduct sample analysis to evaluate potential employee and environmental exposures. Samples are to be collected for support to III Corp. & Fort Hood, and Carl R. Darnall Army Medical Center. A.1.2. The contractor shall have accreditation by the American Industrial Hygiene Association and participates in the AIHA Environmental Microbiology Laboratory Proficiency (EMLAP) testing program. A.1.3. The contractor shall provide analysis as requested with usual turn around time of 3-5 days A.1.4. The Contractor shall provide the information through email of results followed by a final hard copy. A.1.5. The contractor shall submit invoices on a monthly basis based for the amount of laboratory services provided for that month. AEROTECHIEMLAB COMMON ANALYSIS REQUESTS New Contract Consideration OLD ANALYSIS TYPE SAMPLE ANALYSIS SERVICE NAME PRICE PER CODE SAMPLE AOOI SPORE TRAP Spore trap analvsis A002 SPORE TRAP Spore trap analvsis other particles-Supplement BOOI BULK MATERIAL Quantitative spore count direct exam B002 BULK MATERIALVIABLE I-Media fungi surface culture (Inc!. Asp. spp.) B002-SSP BULK MATERIALVIABLE I-Media fungi surface culture full speciation B003 BULK MATERlAL-VIABLE THERMOPHILIC FUNGI CULTORE, COUNT/GENUS ill@ 37C B003-SSP BULK MATERIALVIABLE THERMOPHILIC FUNGI CULTORE, COUNT/SPECIES ID au 37C B004 BULK MATERIALVIABLE Bacteria surface culture gram stain and counts B004-SSP BULK MATERlAL-VIABLE Bacterial Identification-Species CCOOI CARPET CHECK Quantitative spore count direct exam CC002 CARPET CHECK I-Media fungi surface culture (Inc!. Asp. sPP.) CC004 CARPET CHECK Bacteria surface culture gram stain and counts CC006 Carpet Check, Allergen, ELISA individual DUST MITE ALLERGEN (DER PI AND OER FI) CC007 Carpet Check, Allergen, ELISA individual CAT ALLERGEN CC008 Carpet Check, Allergen, ELISA individual Cockroach Allergen CC009 Carpet Check, Allergen, ELISA individual Dog Allergen CCOIO Carpet Check, Allergen, ELISA individual Rat Allergen CCOll Carpet Check, Allergen, ELISA individual Mouse Allergen CC069 CARPET CHECK Allergen-ELISA screen ALLERGEN SCREEN (CAT, DOG, COCKROACH, & DUST MITES) SOOI SURFACE SWAB Quantitative spore count direct exam S002 SURFACE SWAB I-Media fungi surface culture (Inc!' Asp. sPP.). S002-SPP SURFACE SWAB I-Media fungi surface culture full speciation S003 SURFACE SWAB THERMOPHILIC FUNGI CULTURE, COUNVGENUSID@37C S003-SPP SURFACE SWAB THERMOPHILIC FUNGI CULTURE, COUNT/SPECIES ill au 37C S004 SURFACE SWAB Bacteria surface culture gram stain and counts S004-SPP SURFACE SWAB Bacterial Identification-Species TOOl SURFACE TAPE Ouantitative spore count direct exam WOOl WATER I-Media fungi surface culture (Incl. Asp. spp.) W003 WATER Bacteria surface culture gram stain and counts WCOOI WALL CHECK SPORE TRAP Spore trap analysis COMMON INDOOR AIR QUALITY ANALYSIS REQUESTS New Contract Consideration TVPESAMPLE ANALYSIS SERVICE NAME PRICE PER SAMPLE SPORE TRAP Spore trap analvsis SPORE TRAP Spore trap analvsis other particles-Supplement BULK MATERIAL Quantitative spore count direct exam BULK MATERlAL-VIABLE I-Media fungi surface culture (Incl. Asp. spp.) BULK MATERIALVIABLE I-Media fungi surface culture full speciation BULK MATERIALVIABLE THERMOPIDLIC FUNGI CULTURE, COuNT/GENUS ID (Jij 37C BULK MATERlAL-VIABLE THERMOPIDLIC FUNGI CULTURE, COUNT/SPECIES ID em 37C BULK MATERIALVIABLE Bacteria surface culture gram stain and counts BULK MATERlAL-VIABLE Bacterial Identification-Species CARPET CHECK Quantitative spore count direct exam CARPET CHECK I-Media fungi surface culture (Incl.. Asp. sPP.) CARPET CHECK Bacteria surface culture gram stain and counts Carpet Check, Allergen, ELISA individual DUST MITE ALLERGEN (DER PI AND DER Fl) Carpet Check, Allergen, ELISA individual CAT ALLERGEN Carpet Check, Allergen, ELISA individual Cockroach Allergen Carpet Check, Allergen, ELISA individual Dog Allergen Carpet Check, Allergen, ELISA individual Rat Allergen Carpet Check, Allergen, ELISA individual Mouse Allergen CARPET CHECK Allergen-ELISA screen ALLERGEN SCREEN (CAT, DOG, COCKROACH, & DUST MITES) SURFACE SWAB Quantitative spore count direct exam SURFACE SWAB I-Media fungi surface culture (Incl. Asp. spp.) SURFACE SWAB I-Media fungi surface culture full speciation. SURFACE SWAB THERMOPIDLIC FUNGI CULTURE, COUNT/GENUS ID em 37C SURFACE SWAB THERMOPIDLIC FUNGI CULTURE, COUNT/SPECIES 10 em 37C SURFACE SWAB Bacteria surface culture gram stain and counts SURFACE SWAB Bacterial Identification-Species SURFACE TAPE Ouantitative spore count direct exam. WATER I-Media fungi surface culture (Incl. Asp. spp.) WATER Bacteria surface culture gram stain and counts WALL CHECK SPORE TRAP Spore trap analysis This requirement is for the Carl R. Darnall Army Medical Hospital, Hood Texas. Federal Acquisition Regulation (FAR) Clauses can be viewed by accessing website http://farsite.hill.af.mil/. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Factors: Technical Capability, Past Performance, and Price. 1. Technical Capability; Explain how your company will meet the scope of work paragraphs A.1.1 through a.1.5. NOTE: Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications or parts thereof, or phrases such as standard procedures will be used or well known techniques will be used will be considered insufficient. Insufficient explanations of how your company will comply with the above of this solicitation may cause your quote to receive a MARGINAL or UNSATISFACTORY rating. 2. Past Performance. Offerors are required to provide Past Performance Questionnaires from Two (2) firms/entities for which they are currently or have recently provided the same or similar supplies and/or equipment. Provide with your quote, the company names, telephone numbers, and points of contact that will provide the completed questionnaires for your quote. If an Offeror provides more than two past performance references, the Contracting Officer will consider only the first two listed references in the award decision. It is the offerors responsibility to ensure past performance references submit completed questionnaires directly to the Great Plains Regional Contracting Office (see below) by the solicitation closing sate and time., the Contracting Officer may also consider any additional past performance information that is available to the Government. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete past performance information rests with the offerors. 3. Price. 4. Award will be all or none basis. Evaluation Process: All quotes will be evaluated in accordance with the following criteria: 1. Each vendor will be evaluated on its overall Past Performance under the existing or prior contracts for the same or similar supplies and/or equipment as well as Technical Capability. Pricing will be evaluated to determine value offered for the price and the extent to which it is fair and reasonable in terms of the Governments requirement. The Government reserves the right to evaluate quoted prices on the basis of price realism and will consider quoted prices as an indication of understanding the scope and complexity of the governments requirement. 2. The award decision will be based on the Best Value offered to the Government and not solely on price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of all factors. 3. Technical Capability and Past Performance are equal in importance. Technical Capability and Past Performance, when combined, are significantly more important than price. Price could become the determinative selection factor if the quality of quotes is determined to be essentially equal, or if a quote deemed superior in technical quality is determined not to worth the high price premium. The Trade-off between technical merit and price could result in awarding to other than the low offeror. FAR 52.212-2 [EvaluationCommercial Items]; Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; [52.217-9 Option To Extend the Term of the Contract (MAR 2000)]; 52.232-18[ Availability of Funds (APR 1984)]; 52.222-3 [Convict Labor]; 52.222-19 [Child Labor Cooperation with Authorities and Remedies]; 52.222-21 [Prohibition of Segregated Facilities] 52.222-26 [Equal Opportunity]; 52.222-35 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; and 52.232-36 [Payment by Third Party]. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT. (a) The Government may extend the term of the contract by written notice to the contractor within 15 calendar days of contract expiration; provided the Government gives the contractor a preliminary written notice of its intend to extend at 60 days before contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any option under this clause, shall not exceed 60 months. The closing date and time of this solicitation is 27 August 2008, 11:00 A.M. Central Standard time. Quotes shall be submitted on company letterhead and signed by a company representative. Fax quotes to Great Plains Regional Contracting Office (210) 221-2539 Paper copies of this solicitation will not be issued and telephone requests or FAX requests for the solicitation will not be accepted. Point of contact for this solicitation: Roland Jasso, phone (210) 221-4964; e-mail roland.jasso3@amedd.army.mil QUESTIONNAIRE: Past Performance Questions Name of Contractor being evaluated: ___________________________ 1. How long has your company had a contract with this contractor?___________________ 2. Have there been late deliveries or other unsatisfactory performance resulting in additional contractual or administrative costs? Yes _______ No _______ If yes, explain _________________________________________________________________ _____________________________________________________________________________ _____________________________________________________________________________ 3. Quality of Service compliance with contract statement of work requirement? (See following page for rating system.) (1) Superior___(2)Satisfactory___(3)Marginal___(4)Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. ___________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________ 4. Business/Customer Relations - Effective management; successfully managed services; reasonable/cooperative behavior; flexible; business-like concern for customers interest. (1) Superior___(2)Satisfactory___(3)Marginal___(4)Unsatisfactory___ If other than Satisfactory, explain how the overall performance exceeds or does not meet contractual requirements. ___________________________________________________________________________ ____________________________________________________________________________________________________________________________________________________________ Rating System: (1) Superior Overall performance exceeds contractual requirements and gives extra benefits to the customer. Problems, if any, were promptly corrected without negative impact to the customer. (2) Satisfactory Performance meets contractual requirements. The contractual performance contains some minor problems for which corrective actions taken by the contractor appear or were satisfactory. (3) Marginal - Performance does not meet some contractual requirements. The contractors proposed actions to correct any problems appear only marginally effective or were not fully implemented. (4) Unsatisfactory Performance does not meet most contractual requirements. The contractual performance contains serious problem(s) for which the contractors corrective actions appear or were ineffective. Signature: _______________________ Date: _____________________________ Print Name: ______________________ Company: _________________________ Title: ___________________________Telephone: _________________________
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6c5f137ea1183513388b773774bb28f4&tab=core&_cview=1)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX<br />
Zip Code: 78234-6200<br />
 
Record
SN01648616-W 20080824/080822222403-6c5f137ea1183513388b773774bb28f4 (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.