Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2009 FBO #2856
SOLICITATION NOTICE

Q -- ASHI Director - Solicitation

Notice Date
9/17/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Lackland AFB - 37th Contracting Squadron, 1655 Selfridge Avenue, Lackland AFB, Texas, 78236-5253
 
ZIP Code
78236-5253
 
Solicitation Number
FA3047-09-T-C030
 
Archive Date
9/25/2009
 
Point of Contact
Tara Y. Sidwell, Phone: 2106716017, Johnie F Johnson, Phone: (210) 671-5906
 
E-Mail Address
tara.sidwell@lackland.af.mil, johnie.johnson@lackland.af.mil
(tara.sidwell@lackland.af.mil, johnie.johnson@lackland.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Schedule B for ASHI Director Performance Work Statement SF 1449--Solicitation This is a combined synopsis and solicitation for commercial items prepared in accordance with the format is Subpart 12.6 and 13.106 as supplemental with additional information included in this notice. This is a commercial item being solicited I/A/W FAR PART 12 and FAR PART 13.5. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Issued as a Request for Quotations (RFQ). The reference number is FA3047-09-T-C030. This solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-36 and DFARS change notice 20090825. All questions must be in writing and received by 2PM (Central Standard Time) on 21 Sep 09. No telephone requests will be entertained. All responses to questions will be posted by way of an amendment to this combined synopsis/solicitation to the FEDBIZOPS website. The email address for submission of all questions is tara.sidwell@lackland.af.mil or johnie.johnson@lackland.af.mil. All questions must be addressed to the Contracting Officer/Specialist only. Submission to any other official may disqualify the offeror from submission of a quote. This is a 100% small business set-aside. The NAICS code is 621511. The size standard is $13.5M. This award will be Firm Fixed Price. Award date is expected to be 29 September 2009. The requirement is for a Part-Time American Society for Histocompatibility and Immunogenetics (ASHI) Director; Period of Performance is 1 October 2009 - 30 September 2010. Performance Work Statement and bid schedule is attached. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this solicitation and the blanks in section (a) are completed as follows: All factors are of equal importance. Evaluation of Factors: The offeror must provide sufficient information to allow the Government to ascertain if they meet the requirements listed under "Technical Acceptability" and is acceptable. Failure to provide sufficient information as required by the instructions may be cause for rejection of the quote. (1)Technical Acceptability: The contractor shall possess an earned doctoral degree (Ph.D.) in biological science or have a medical degree (M.D. or D.O), be licensed to practice in the state in which the laboratory is located (Texas), and have at least 4 years experience, two of which were devoted to formal training in histocompatibility. The contractor must possess an American Board of Histocompatibility and Immunogenetics (ABHI) Certification as a Histocompatibility Laboratory Director (Diplomate). The contractor must also have and maintain a current Basic Life Support (BLS) certification. The contractor shall have and maintain an active license, registration, or certification throughout the life of the contract. To find a proposal acceptable, the offeror must provide evidence of a minimum of four years experience in histocompatibility, a valid license, and have an American Board of Histocompatibility and Immunogenetics (ABHI) Certification as a Histocompatibility Laboratory Director (Diplomate). Applicable ratings are as follows: Acceptable - Meets Government's requirement Unacceptable - Does not meet Government's requirement (2) Price: - offeror's proposed pricing will be evaluated for price reasonableness in accordance with FAR 13.106-2. Award will be made to the lowest price technically acceptable offeror. Price will not be evaluated if an offeror is found to be technically unacceptable. The Government intends to award without discussions. The Government, however, reserves the right to conduct discussions if deemed in the best interest. Late quotes received after the deadline will be handled in accordance with FAR 52.212-1. Please include Payment Terms, FOB Destination, Quote Must Be Valid Through 1 Oct 09. The provisions in FAR 52.212-1, Instructions to Offerors-Commercial Items, are applicable to this solicitation. Offerors shall include with their quotes, a completed copy of 52.212-3, Offeror Representations and Certifications--Commercial Items at website http://orca.bpn.gov/; if Representations and Certifications have been completed, provide DUNNS code. FAR 52.212-4, Contract Terms and Conditions-Commercial Items, 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, 52-232-33, Payment By Electronic Funds Transfer-Central Contractor Registration, and DFARS 252-204-7004, Required Central Contractor Registrations, 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, 52-219-6 Notice of Small Business Set-Aside, 52.232-18 Availability of Funds, 52.225-4 Buy American Act, 252-212-7001, 52.252-2 full text and fill-in, 52.252-6 full text and fill in are applicable to this acquisition. The full text of these clauses may be accessed electronically at this http://farsite.hill.af.mil. Responses to this RFQ may be received via fax 210-671-0674 or email by 23 Sep 09, by 4PM (Central Standard Time) at the 37 Contracting Squadron, 1655 Selfridge Ave, Lackland AFB, TX 78236-5286. Quotes should include delivery terms be marked with the reference number and should include 51.212-3 to include Alt I if applicable. Submission of quote must be in compliance with 52.212-1, Instruction to Offerors - Commercial Items. No written request for quote is available. If you have any questions, contact Ms. Tara Sidwell at 210-671-6017, tara.sidwell@lackland.af.mil or Mr. Johnie F. Johnson at 210-671-5906, johnie.johnson@lackland.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/FA3047-09-T-C030/listing.html)
 
Place of Performance
Address: Wilford Hall Medical Center, 2200 Bergquist Dr., Suite 1, Lackland AFB, Texas, 78236, United States
Zip Code: 78236
 
Record
SN01959027-W 20090919/090918000201-d50507f55ef4845463e413d255148726 (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.