Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

Q -- Laboratory Referral Tessing

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
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
W81K0010T0321
 
Response Due
9/1/2010
 
Archive Date
10/31/2010
 
Point of Contact
Roland Jasso, 210-221-4964
 
E-Mail Address
Great Plains Regional Contracting Ofc
(roland.jasso3@amedd.army.mil)
 
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. Combined Synopsis/Solicitation W81K00-10-T-0321 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. This acquisition is solicited unrestricted under NAICS 621511. All responsible sources may submit a quotation that shall be considered by the agency. The requirements of this RFQ are to provide Laboratory Analysis Services to provide laboratory referral testing services for the provisions of chromosome analysis (i.e. tissue of chromosome) performed on bone marrow or peripheral blood specimens for the Department of Pathology at Brooke Army Medical Center (BAMC), in accordance with the attached Performance Base Statement of Work and provide a breakout of prices per attached listing. Note this requirement will be on call basis/as needed. Award will be for a base year and one option period. BASE Year 1 October 2010 through September 2011 Quantity Unit Unit Price CLIN 0001 1 Lot ________ Option Period 1 October 2011 through 30 September 2012 Quantity Unit Unit Price CLIN 1001 1 Lot _________ PERFORMANCE BASE STATEMENT OF WORK 1.The primary purpose of this contract is to provide patient diagnosis and treatment of tests that is not performed in the Governments' laboratory. 2.Testing will be performed by FDA approved or Analyze Specific Reagent (ASR) methodologies or via protocol consent only. Patient consent forms, if required will be provided by the performing laboratory to the Department of Pathology and Area Laboratory Services (DPALS) 3.Specimens for testing will be delivered to the contractor (testing laboratory) by a courier for DPALS. Test results will be completed and mailed back to Brooke Army Medical Center within five (5) workdays after receipt. 4.Specimens test result will be mailed to the Department of Pathology when testing is completed. Result reports must include the name of the performing laboratory, normal ranges, if appropriate; and an interpretation of the results, if appropriate. Result report will be mailed to: BROOKE ARMY MEDICAL CENTER ATTN: Ms. Gaynell Hayes Office Phone: (210) 916-0318 3851 Roger Brooke Drive, Bldg 3600, Room 427-3 Fort Sam Houston, Texas 78234 5.The testing laboratory will bill for tests performed on at least a monthly basis. Invoices, as a minimum must include the identity of the patient; the nomenclature of the test performed, and must provide an itemized listing of the associated charges, to include all applicable AMA CPT Codes. Invoices will be mailed to: BROOKE ARMY MEDICAL CENTER ATTN: Ms. Gaynell Hayes Office Phone: (210) 916-0318 3851 Roger Brooke Drive, Bldg 3600, Room 427-3 Fort Sam Houston, Texas 78234 6.Overall point of contact for questions concerning the administration of this contract is DPALS Laboratory Manager, tel: (210) 916-1817. LISTING OF TESTS Price For Each Test Molecular Diagnostics Isolation Extraction 83891 Separation by Gel Electrophoresis 83894 DNA Extraction 83890 Enzyme Digestion 83892 Nucleic Acid Probe 83896 Nucleic Acid Transfer 83897 Amplification of Patient Nucleic Acid 83898 Amplification of Patient DNA, Multiplex FOR 83901 Reverse Transcription 83902 Molecular Diagnostics Interpretation and report 83912 Flow Cytometry Flow Cytometry, First Marker Technical Component 88184 Flow Cytometry each additional marker, technical component 88185 Flow Cytometry Interpretation 2-8 markers 88187 Flow Cytometry Interpretation 9-15 markers 88.188- Flow cytometry Interpretation 16 or mare markers 88189 Cytogenetic Tissue Culture for non-neoplastic disorders lymphocyte 88230 Tissue Culture for non-neoplastic disorders lymphocyte FISH only set up 88230-62 Tissue culture for non-neoplastic disorders skin or other solid tissue biopsy 88233 Tissue culture for non-neoplastic disorders amniotic fluid or charionic villius cells 88235 Tissue culture neoplastic disorders, bone marrow, blood cells 88237 Tissue culture neoplastic disorders, bone marrow, blood cells(FISH only- setup) 88237-52 Tissue culture neoplastic disorders solid tumor 88239 Cryopreservationi freezing and storage of cells, each cell line 88240 Thawing and expansion of frozen cells, each aliquot 88241 Chromosome analysis count 6 cells 1 karyotype with banding 88261 Chromosome analysis count 15-20 cells 2 karyotype with banding 88262 Chromosome analysis count 45 cells for mosaacism 3 karyotypes with Banding 88263 Chromosome Analysis 20-25 cells 88264 Chromosome analysis amniotic fluid or chorionic villius count 15 cells 1 karyotype with banding 88267 Chromosome analysis in situ for amnionic fluicells, count cells from 6-12 colonies 1 karyotype with banding 88269 Molecular cyfogenetics DNA probe each (e c FISH) 88271 Molecular cytogenetics chromosome in situ hybridization analyze 3-5 cells (e.g. for derivatives and markers) 88272 Molecular cytogenetics chromosomal in situ hybridization analyze 10-30 cells (e.g. microdeletions) 88273 Molecular cytogenetics:chromosomal interphase in situ hybridization analyze 25-99 cells 88274 Molecular cytogeneticsichromosomal interphase in situ hybridization analyze 100-300 cells 88275 Chromosome analysis additional karyotypes each study 88280 Chromosome analysis additional specialized banding technique (e.g. NOR C-Banding) 88283 Chromosome analysis additional cells counted each study 88285 Chromosome analysis additional high resolution study 88289 Cytogenetics and molecular cytogenetics interpretation and report 88291 Unlisted cytogenetic study Prep (for Floressence in situ) 88299 Etecron Microscopy Electron Microscopy Diagnostic 88348 Electron Microscopy diagnostic Technical only 88348-TC Electron Microscopy diagnostic Thick only 88348-52 Electorn Microscopy scanning 88349 SurgicaliOral Neuropathology Level 1surgical path gross exam only 88300 Level II surgical path, gross and microscopic exam 88302 I. Level Ill surgical path gross and microscopic exam 88304 Level IV surgical path, gross and microscopic exam 88305 Level V surgical path, gross and microscopic exam 88307 1-Level Vi surgical path, gross and microscopic exam 88309 Decalcification procedure 88311 Special Stains group 188312 Special Stains group 2 88313 Histochemical Stains, diagnostic exam (each stain) 88314 Consult and reply on referred slides 88321 Consult and reply on referred slides 88323 Consult Comprehensive with review of records and specimens with report on referred material 88325 irnmunocytochemistry each antibody 88342 Immunoflorescent study each antibody: direct 88346 Immunoflorescent study each antibody; direct 88346-TC Immunoflorescent study each antibody/ indirect 88347 Immunoflorescent study each antibody (indirect 88347-TC Morphometric analysis:skeletal muscle 88355 Morphometric analysis:nerves 88358 Morphometic analysis Tumor 88358 QUALITY ASSURANCE PLAN (QAP) The Government has the right to change or modify inspection methods at its discretion. The following minimum Quality Assurance Plan applies. PERFORMANCE PERFORMANCEREFMETHOD OBJECTIVE STANDARDPWSASSESSMENT Report results must 95% of the time 4COR Maintain Log include all information Test results mailed back 95% of the time 3COR Maintain Log to the Government within five (5) workdays after receipt STANDARDMEASUREMENTPAST PERFORMANCE ASSESSMENT 99% to 100%ExcellentDocument Past Performance 96% to 98%Very GoodAssessment Report, paying 95%Satisfactoryparticular attention to 91% to 94%Marginalperformance that exceeds 90% or lessUnsatisfactorythe standard The following FAR and DFARS provisions and clauses apply to this solicitation: 52.212-4 [Contract Terms and Conditions Commercial Items] Addendum 52.212-4 (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, the locations where full text can be obtained are: http://farsite.hill.af.mil/vffar1.htm http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.202-1 [Definitions] 52.203-3 [Gratuities] 52.203-6 [Restrictions on Subcontractor Sales to the Government] 52.203-12 [Limitation on Payments to Influence Certain Federal Transactions] 52.204-4 [Printed or Copied Double-Sided on Recycled Paper] 52.204-5 [Women-Owned Business Other Than Small Business] 52.204-10 [Reporting Executive Compensation and First-Tier Subcontract Awards] 52.209-6 [Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment] 52.212-3 [Offeror Representations and Certifications -- Commercial Items} 52.219-4 [Notice of Price Evaluation Preference for HUBZone Small Business Concerns] 52.219-8 [Utilization of Small Business Concerns] 52.222-3 [Convict Labor] 52.222-19 [Child LaborCooperation 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] 52.222-37 [Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans] 52.222-50 [Combating Trafficking in Persons] 52.222-54 [Employment Eligibility Verification] 52.225-13 [Restrictions on Certain Foreign Purchases] 52.232-17 [Interest] 52.232-18 [Availability of Funds] 52.232-36 [Payment by Third Party] 52.233-2 [Service of Protest] 52.233-3 [Protest After Award] 52.233-4 [Applicable Law for Breach of Contract Claim] 52.242-13 [Bankruptcy] 52.252-1 [Solicitation Provisions Incorporated By Reference] 52.252-2 [Clauses Incorporated by Reference] 52.252-6 [Authorized Deviations in Clauses] 252.203-7000 [Requirements Relating to Compensation of Former DoD Officials] 252.203-7002 [Requirement to Inform Employees of Whistleblower Rights] 252.204-7003 [Control of Government Personnel Work Product] 252.209-7001 [Disclosure of Ownership Or Control By The Government of a Terrorist County] 252.209-7004 [Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country] 252.212-7000 [Offeror Representations and CertificationsCommercial Items] 252.212-7001 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items] 252.225.7000 [Buy American Act Balance of Payments Program Certificate] 252.225-7001 [Buy American Act and Balance of Payments Program] 252.225-7002 [Qualifying Country Sources as Subcontractors] 252.226-7001 [Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns] 252.232-7010 [Levies on Contract Payments] 252.247-7023 [Transportation of Supplies by Sea] End of Addendum to 52.212-4 52.212-5 [Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items (DEVIATION)] 52.212-1 [Instructions to Offerors] Addendum to 52.212-1 (m) Provide the following to demonstrate Technical Acceptability: 1. Technical Acceptance. If providing an equal item(s) comply with AR 52.211-6 Brand Name or Equal. 1.1. Price. Provide price for all test on listing. 2. Contractors must submit their quote to the following address or via e-mail: Great Plains Regional Contracting Office MCAA-GP BAMC / Attn: Mr. Roland Jasso 3851 Roger Brooke Drive, Room L31-9V Fort Sam Houston, TX 78234-6200 Email: roland.jasso3@amedd.army.mil (n) All vendors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed at Internet address: https://www.bpn.gov/ccr/. Confirmation of CCR registration will be validated prior issuance of an order. (o) Vendors shall include completed copies of FAR 52.212-3 [Offeror Representations and Certifications-Commercial Items] and DFARS 252.212-7000 [Offeror Representations and Certifications-Commercial Items] with their quote. (p) The closing date and time of this solicitation is 1 September 2010, 4:00 p.m. CST. It is requested that quotations be submitting on company letterhead signed by an authorized company representative by the closing date and time. Quotes can be submitted by entering unit prices into this solicitations line items herein, attached to a cover containing company name, address, contact name and title, phone number and/or email address. Please include a DUNS and/or CAGE code. Quotes may be submitted via mail or e-mail. (q) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, the locations where full text can be obtained are: http://farsite.hill.af.mil/vffar1.htm http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html 52.211-6 [Brand Name or Equal] a) If an item in this solicitation is identified as brand name or equal, the purchase description reflects the characteristics and level of quality that will satisfy the Governments needs. The salient physical, functional, or performance characteristics that equal products must meet are specified in the solicitation. (b) To be considered for award, offers of equal products, including equal products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate equal products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an equal product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) End of Addendum to 52.212-1 52.212-2 [Evaluation Commercial Items] Addendum to 52.212-2 Paragraph (a) is hereby replaced with the following: 1. The Government will issue an order resulting from this solicitation to the responsible contractor whose quote, conforming to the solicitation, is Lowest Priced, Technically Acceptable (LPTA). (Award will be on an all or none basis.) 2. Evaluation Process: 2.1 Technical Acceptability. 2.1.2 Price. End Addendum to 52.212-2 (End of provision) (End of solicitation)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K0010T0321/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN02256295-W 20100828/100827000046-418d4e92f26cc7d963085c36b12bbf5f (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.