SOLICITATION NOTICE
65 -- STEPONE NEW BORN SCREENING - SOW
- Notice Date
- 7/13/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of the Navy, Bureau of Medicine and Surgery, NH Okinawa, U. S. Naval Hospital Okinawa, Material Mgmt Dept, PSC 482, Box 248, FPO, 96362
- ZIP Code
- 96362
- Solicitation Number
- N6847010RQLC001
- Archive Date
- 8/14/2009
- Point of Contact
- Hiro F Oshiro, Phone: 81-611-743-7412
- E-Mail Address
-
hiro.oshiro@med.navy.mil
(hiro.oshiro@med.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- LIST OF DISORDERS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Reference Number N6847010RQLC001 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-34. The NAICS code is 621511. This combined synopsis/solicitation contains one line item as follows: Newborn Screening that uses tandem mass spectrometry for the detection of a core set of inherited, metabolic disorders and a panel of supplementary screening tests for additional disorders as recommended in the Uniform Condition Panel recommended by the American College of Medical Genetics. A list of disorders/SOW is attached. This procurement will encompass the following service for each newborn: 1. Provision of specimen collection kits 2. Timely transport of collected specimens 3. Accurate and timely laboratory testing of specimens 4. Accurate and timely interpretation of test results 5. Accurate and timely, comprehensive reporting/communication of results 6. Data management 7. Technical assistance 8. Clinic consultation to laboratory and clinical staff within the Military Health Care System 9. Follow-up services. The successful vendor will also be required to provide a board certified Genetic Counselor for consultative services to referring physicians. As detailed above this procurement initiative includes a specimen collection kit. The costs for the services identified above will be included in the price per unit of the test kits. Vendors will be required to provide a total delivered price for the one (1) year period of the contract. Total delivered price is defined as the total cost of the supply/service inclusive of transportation and reporting costs. The Period of performance shall be from Oct 01, 2009 Sept 30, 2010. The provision at FAR 52.212-1, Instructions to Offerors, applies to this acquisition. The provision at FAR 52.212-2, Evaluation of Commercial Items applies. Addendum to Paragraph (a), The Government will award a purchase order resulting from this RFQ to the most responsive, responsible offers whose offer represents the best value in terms of most technically acceptable and past performance. Offerors must submit a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications Commercial, with its offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/. Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. The following FAR clauses are applicable: FAR 52.212.4, Contract Terms and Conditions Commercial Items. The provision at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items (Jun 2003), applies to this acquisition, and specifically the following FAR clauses Required Central Contractor Registration (CCR) (Nov 2001). NOTE: CCR can be obtained by accessing the Internet, http://www.ccr.gov or by calling 1-888-227-2423. The CCR number must be obtained before award can be made. The following DFARS clauses are applicable. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFAR 252.204-7004, Required Central Contractor Registration and FAR 52.232-18 Availability of Funds. 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 and Offeror Representations and Certifications-Commercial Items. If interested, e-mail or fax your offer to the POC stated herein. Your offer must include the following: (a) Quote (b) completed Representations and Certifications FAR 52.212-3. Quotations must be received no later than 4:00 pm JST, 30 JULY 2009. All inquiries and concerns must be addressed IN WRITING and faxed or emailed. The Government prefers that all offers are e-mailed to the point-of-contact below with Reference Number N6847010RQLC001 and contractors name listed in the subject block. Facsimile proposals will be accepted at 011-81-98-892-8575. The Government point-of-contact is Mr. Hiro Oshiro, (hiro.oshiro@med.navy.mil).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68470/N6847010RQLC001/listing.html)
- Place of Performance
- Address: PSC 482 BOX 248, FPO, AP, Non-U.S., 96362-1695, Japan
- Record
- SN01874038-W 20090715/090714000512-01ea914cf2afd933b6822a64c9609b21 (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 |