SOLICITATION NOTICE
Q -- PERIODIC DRUG TESTING OF MIDSHIPMEN-USMMA
- Notice Date
- 11/10/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- Department of Transportation, Maritime Administration (MARAD), U.S. Merchant Marine Academy (Procurement), MMA-5206, Division of Procurement, Kings Point, New York, 11024-1699
- ZIP Code
- 11024-1699
- Solicitation Number
- DTMA-95-Q-2012-0006
- Archive Date
- 11/30/2011
- Point of Contact
- DEBORAH PORTER, Phone: 5167735805
- E-Mail Address
-
porterd@usmma.edu
(porterd@usmma.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- The Government will award one contract to the offeror whose quote conforming to the requirements or the combined synopsis/solicitation is deemed to be the Lowest Price Technically Acceptable Offer. All responsible small business sources may submit a response which, if timely received, will be considered by the agency. The Solicitation number is DTMA-95-Q-2012-0006 and is issued as a request for quotation (RFQ). The combined synopsis/solicitation will result in a purchase order. This requirement is a total set-aside for small business. Offers received from concerns that are not small business concerns shall be considered non-responsive and will be rejected (in accordance with FAR 52.219-06 Notice of Total Small Business Set-Aside which applies to this solicitation). The associated North American Industrial Classification System (NAICS) code for this procurement is 621511 with a small business size standard of 13.5M. The United States Merchant Marine Academy (USMMA) at Kings Point, New York requires the services of an accredited organization capable of performing Substance Abuse Testing Services for our Midshipmen. The period of performance is from November 21, 2011 through September 30, 2012. The intent of this testing is to demonstrate Drug Free status for United States Coast Guard (USCG) issuance of Merchant Mariner Documents for sailing as Cadet Student Observers and or issuance of USCG License as per USCG NVIC 04-08. REQUIREMENTS: 1 ) Provide Technicians/Collection Personnel; i.e. United States Department of Transportation (US-DOT) certified Urine Specimen Collectors. INCLUDE ALL ASSOCIATED COST IN THE PER TEST FEE. 2) Provide specimen collection kits (split specimen kits, per US-DOT/USCG regulations), and chain-of-custody forms and control forms. INCLUDE ALL ASSOCIATED COST IN THE PER TEST FEE. 3) Provide all supplies which shall be US-DOT/USCG compliant and be maintained at USMMA Kings Point campus in compliance with 46 CFR §4.06-20. INCLUDE ALL ASSOCIATED COST IN THE PER TEST FEE. 4) Securely package and express ship all USMMA collected urine specimens to a US-DOT and United States Department of Health and Human Services (US-DHHS) certified toxicology lab, overnight shipment of specimens from the collection site to the laboratory. INCLUDE ALL ASSOCIATED COST IN THE PER TEST FEE. 5) Provide testing results for each Midshipman to the USMMA in a timely fashion, not to exceed three (3) days after specimens were collected. The Contracting Officer shall be promptly notified of any deviation or exceptions. INCLUDE ALL ASSOCIATED COST IN THE PER TEST FEE. NOTE: The UNITED STATES MERCHANT MARINE ACADEMY employs its own Medical Review Officer (MRO). QUANTITIES REQUIRED: 1. Approximately 225 tests from 21 November 2011 through 31 December 2011. 2. Approximately 138 tests from 1 January 2012 through 29 February 2012. 3. Approximately 132 tests from 1 March 2012 through 31 May 2012. 4. Approximately 295 tests during the month of July, 2012. 5. Approximately 160 tests from 1 Aug 2012 - 30 September 2012 TESTING DATES AND TIME The initial testing period of November 21, 2011 through 31 May 2012 will include the testing of approximately 18 Midshipman per day and continue on dates to be determined by the successful vendor and the government. Testing shall begin between 0630 AM and 0730 AM on each day of testing. FUNDING The Federal Government is currently operating under a Continuing Resolution (CR) which limits the availability of funding to the period covered by the CR. As a result, FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984) (please see full text below) is hereby incorporated. FAR 52.232-18 AVAILABILITY OF FUNDS (APR 1984) Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. PRICING The total cost PER TEST should include items 1-5 (specimen collection and laboratory analysis fees etc.) in an all inclusive fee per Midshipman in accordance with all applicable laws & regulations. BASIS FOR AWARD Award will be made to the responsible, technically acceptable quoter, whose quote, conforming to the combined Synopsis/Solicitation, offers the lowest evaluated price. All responsible small business sources may submit a response which, if timely received, will be considered by the agency. DUE DATE AND TIME: Signed quotes are due NO LATER THAN 12:00 P.M. EST on November 15, 2011. Quotes may be sent electronically via EMAIL to porterd@usmma.edu or DELIVERED/MAILED to: U.S. Merchant Marine Academy Attention: Deborah Porter (DTMA-95-Q-2012-0006) Procurement Department - Room 212 300 Steamboat Road Kings Point, NY 11024-1699 BASE PERFORMANCE PERIOD: 21 NOV 2011 THROUGH 30 SEP 2012 ITEM DESCRIPTION QTY UNIT UNIT PRICE EXTENDED AMOUNT 0001 Substance Abuse Testing 225 EA 0002 Substance Abuse Testing 138 EA 0003 Substance Abuse Testing 132 EA 0004 Substance Abuse Testing 295 EA 0005 Substance Abuse Testing 160 EA 0006 Emergency Substance Abuse Testing 20 EA 0007 Shy Bladder 20 HR TOTAL COST FOR BASE YEAR: FIRST OPTION YEAR: 01 OCT 2012 THROUGH 30 SEP 2013 ITEM DESCRIPTION QTY UNIT UNIT PRICE EXTENDED AMOUNT 0001 Substance Abuse Testing 225 EA 0002 Substance Abuse Testing 138 EA 0003 Substance Abuse Testing 132 EA 0004 Substance Abuse Testing 295 EA 0005 Substance Abuse Testing 160 EA 0006 Emergency Substance Abuse Testing 20 EA 0007 Shy Bladder 20 HR TOTAL COST FOR FIRST OPTION YEAR: SECOND OPTION YEAR: 01 OCT 2013 THROUGH 30 SEP 2014 ITEM DESCRIPTION QTY UNIT UNIT PRICE EXTENDED AMOUNT 0001 Substance Abuse Testing 225 EA 0002 Substance Abuse Testing 138 EA 0003 Substance Abuse Testing 132 EA 0004 Substance Abuse Testing 295 EA 0005 Substance Abuse Testing 160 EA 0006 Emergency Substance Abuse Testing 20 EA 0007 Shy Bladder 20 HR TOTAL COST FOR FIRST OPTION YEAR: CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE a. The Contacting Officer's Technical Representative (COTR) is responsible for the technical aspects of the project and serves as technical liaison with the Contractor. The COTR is also responsible for the final inspection and acceptance of all deliverables and such other responsibilities as may be specified in the resulting purchase. b. The COTR is not authorized to make any commitments or otherwise obligate the Government or authorize any changes which affect the contract price, terms or conditions. Any Contractor request for changes shall be referred to the Contracting Officer directly or through the COTR. No such changes shall be made without the expressed prior authorization of the Contracting Officer. c. The COTR for this contract will be: Rick Sager Head-Department of Health Services United States Merchant Marine Academy 300 Steamboat Road Kings Point, N.Y., 11024-1699 Office: 516.726.5680 Fax: 516.773.5436 Email: sager@usmma.edu Period of Performance November 21, 2011 through September 30, 2012. (Subject to Availability of Funds) TERMS OF DELIVERY Delivery shall be FOB Destination Delivery and acceptance of deliverables shall be FOB DESTINATION at the following location: U.S. Merchant Marine Academy (USMMA) Department of Health Services 300 Steamboat Road Kings Point, NY 11024-1699 CLAUSES 52.252-2 Clauses Incorporated by Reference This solicitation incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the following Internet address: Federal Acquisition Regulations (52) https://www.acquisition.gov/COMP/FAR/CURRENT/HTML/FARTOCP52.HTML The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this solicitation. The provision at 52.212-2 Evaluation-Commercial Items (Jan 1999) applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be deemed the lowest price technically acceptable offer. Delivery, technical capability of the item offered to meet the Government requirement, and past performance will be evaluated to determine technical acceptability. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is incorporated into this solicitation, however, only the following clauses apply to this acquisition: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36 and 52.232-33. 52.217-8 Option to Extend Services (Nov 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of clause) 52.217-9 Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor within 60 that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the 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 options under this clause, shall not exceed three (3) years (6) months. (End of clause) The provision at 52.212-3 Offeror Representations and Certifications-Commercial Items, applies to this solicitation. A copy of the provision may be attained from https://www.acquisition.gov/far/. Each offeror shall include a completed copy of the provision at 52.212-3 (Nov 2006) or certification that these have been completed online via Online Representations and Certifications application (ORCA) at https://orca.bpn.gov/. To be awarded this contract, the offeror must be registered in CCR. CCR information may be found at https://www.bpn.gov/ccr/. APPLICABLE SERVICE CONTRACT ACT WAGE DETERMINATION: The Service Contract Act Wage Determination applicable to this requirement is available online at the following address: http://www.wdol.gov/sca.aspx#8 INVOICE SUBMISSION INSTRUCTIONS - The Contractor may submit invoices in either electronic or paper format. Electronic submission is preferred. (1) Electronic invoices shall be address to MARADInvoices@faa.gov. Electronic invoices shall conform to the following criteria, or be subject to rejection: a. Invoice and supporting documentation shall be in Adobe Acrobat (PDF) format. b. The e-mail subject shall include the contract/purchase order number and invoice number. c. The transmitting e-mail shall include the following information: Name of the Contractor; Invoice date and number; Invoice amount; Contract number and, if applicable, the order or modification number; Terms of any discount for prompt payment offered; Payment Instructions (i.e., financial institution, ABA routing#, account#) (2) Paper invoices shall be submitted to the following address. Multiple copies are not required. MARAD A/P Invoices P.O. Box 25710 Oklahoma City, OK 73125 For information regarding this solicitation, please contact: Deborah Porter, Contract Specialist Phone: 516-726-6137, Fax 516-773-5251 or Email: porterd@usmma.edu
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/MARAD/USMMA/DTMA-95-Q-2012-0006/listing.html)
- Place of Performance
- Address: U.S. Merchant Marine Academy, Department of Transportation, 300 Steamboat Road, Department of Health Services, Kings Point, New York, 11024-1699, United States
- Zip Code: 11024-1699
- Zip Code: 11024-1699
- Record
- SN02621762-W 20111112/111110234400-3bac1e421970107013d7d1efb2698d2a (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 |