Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2011 FBO #3673
SOLICITATION NOTICE

Q -- Laboratory Analysis Services

Notice Date
12/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
DOI, National Business Center, AQDDivision 1/ Branch 4381 Elden StSuite 4000HerndonVA20170
 
ZIP Code
20170
 
Solicitation Number
D12PS00013
 
Response Due
1/13/2012
 
Archive Date
2/12/2012
 
Point of Contact
Geraldine Lyons
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested.Solicitation Number: D12PS51005This solicitation is issued as request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54, effective December 2, 2011. This solicitation is for full and open competition. This is NOT set-aside. The Government anticipates that the majority of this effort may be performed under NAICS code 621511, Medical Laboratories. The size standard for this code is $13,500,000.00. However, in order to provide a total solution to complete all the requirements, other appropriate NAICS codes may apply. If this is the case, offerors shall indicate the additional NAICS codes in their proposal. DESCRIPTION OF REQUIREMENTS: The solicitation is issued by the Department of the Interior (DOI), National Business Center (NBC) to accomplish DOIs Drug Free Workplace Program objectives. On April 27, 1988, DOI established their Drug-Free Workplace Program which created a need for drug testing services; including the analysis of urine specimens to detect the presence of illegal drugs. After the inception of the program, DOI allowed other federal agencies, organizations, commissions, and/or foundations to utilize its laboratory analysis contract to accomplish their own Drug Free Workplace Program objectives. Approximately 60 federal entities herein referred to as participating Agencies or Government, will be obtaining laboratory analysis services from this award. The Contractor shall provide to the Government all labor, materials, and equipment necessary for the laboratory analysis of urine specimens. The Contractor shall perform testing of urine specimens for the presence of Amphetamines, Opiates, Phencyclidine (PCP), Cocaine, and Marijuana (5 drug panel). DOI and most Agencies test for all five drug classes authorized by the regulatory bodies; however, this is not a mandatory requirement. Agencies may request a 2 panel (Marijuana, Cocaine) at no additional cost. The Contractor shall be able to perform analysis on alternative specimens (other than urine); namely, hair, oral fluid, and sweat. This requirement is intended to cover any future alternative specimens which may be approved by the regulatory bodies and/or requested by the Agencies. The Contractor shall be able to perform analysis on any drug listed in Schedule I or II of the DEA Controlled Substances Act. The Contractor shall be required to perform and comply with all applicable provisions of the Department of Health and Human Services (HHS), Substance Abuse and Mental Health Services Administration (SAMHSA), "Mandatory Guidelines for Federal Workplace Drug Testing Programs", effective October 1, 2010 ; and the Omnibus Transportation Employee Testing Act of 1991 (OTETA), in accordance with Department of Transportation (DOT) procedures including: 49 CFR Parts 40, 199, 219, 382, 391, 392, and 395; and 14 CFR Parts 61, 63, 65, 121, and 135, as applicable, which govern various transportation industries and the testing processes. CONTRACT TYPE: The requirement will be awarded as a Indefinite Delivery, Indefinite Quantity (ID/IQ) contract and an initial Task Order, each with a firm-fixed unit price for each line item. PERIOD OF PERFORMANCE: The period of performance of this task order is a total of five years if all options are exercised. BASE: 1 March 2012 - 30 September 2012OPTION I: 1 October 2012 30 September 2013OPTION II: 1 October 2013 30 September 2014OPTION III: 1 October 2014 30 September 2015OPTION IV: 1 October 2015 30 September 2016OPTION V: 1 October 2016 20 February 2017 REQUEST FOR PROPOSAL: The Request for Proposal documents can be accessed at the following website: https://www.fedconnect.net/Fedconnect/ DUE DATE: Responses to this RFP shall be submitted in softcopy and hardcopy to both the Herndon and Washington, D.C. offices on or before 3:00 P.M. local time, Friday, January 13, 2012. POINTS OF CONTACT: Karen Brooks, Contract Specialist, (703) 964-8469 or Karen_A_Brooks@nbc.gov or Shannon Griffin, Lead Contract Specialist, (703) 964-3682 or Shannon.griffin@aqd.nbc.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/de60ed89141e26be8cc5a3b863648835)
 
Record
SN02637977-W 20111215/111213234130-de60ed89141e26be8cc5a3b863648835 (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.