Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 22, 2012 FBO #3771
SOLICITATION NOTICE

Q -- Laboratory Specimen Testing Services

Notice Date
3/20/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-12-T-0121
 
Archive Date
4/20/2012
 
Point of Contact
Diane X. Chen, Phone: 9375224584
 
E-Mail Address
Diane.Chen@wpafb.af.mil
(Diane.Chen@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation that will be issued; price lists are being requested, and a written solicitation will not be issued. The Contracting Officer has determined that a Blanket Purchase Agreement may be the most advantageous method for procuring this requirement (See FAR 13.303). A BPA arrangement will involve the below listed requirements: a. The BPA is written for a period of 5 years and during this period the government is only obligated for actual purchases made under the BPA. Therefore, the BPA will not include a minimum or maximum dollar limitation during this five (5) year period. b. The Contracting Officer must approve the price lists your company submits prior to establishing the BPA. Price lists are valid for a specific period of time (normally one year); i.e. 1 Apr 12 through 31 Mar 13. c. All contractors doing business with the government must be registered in the Central Contractor Registration (CCR) database. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov. Prior to BPA award your company must be registered with CCR. d. All Contractors must also have a DUNS number. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within the United States, should call Dun and Bradstreet at 1-800-333-0505. The offeror should be prepared to provide the following information: (1) Company name. (2) Company address. (3) Company telephone number. (4) Line of business. (5) Chief executive officer/key manager. (6) Date the company was started. (7) Number of people employed by the company. (8) Company affiliation. This combined synopsis/solicitation is being issued to procure all processing facilities, equipment and any repair/maintenance incidental to providing medical laboratory tests beyond the capability of the clinical laboratory, 88th Diagnostics and Therapeutics Squadron, 88th Medical Group, Wright-Patterson AFB (WPAFB), OH. To qualify, firms shall be able to perform the following tests below or have access or an agreement with a certified third party testing facility. a.Vitamin D 25-hydroxy b. Testosterone Free and Total c. CA125 d. Cyclosporine e. Tacrolimus f. Herpes Simplex Virus by PCR g. Prostate Specific Antigen (complexed) h. Quantiferon i. Rapamycin (sirolimus) To qualify, contractor shall complete at least 90% of all laboratory tests within 72 hours of specimen pickups. The contractor is responsible for providing the courier service to pick up the specimen from the clinical laboratory at the Medical Group, WPAFB, OH. In addition, to quality, firms shall have licensure/certification which meets the requirements of the Clinical Laboratory Improvement Amendments (CLIA) for performance at the complexity level of all tests referred, such as College of American Pathologies (CAP) or The Joint Commission (TJC). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, 15 March 2012. This acquisition will be completed under Full and Open Competition under North American Industry Classification System code 621511 "Medical Laboratories", Size Standard: $13.5 Million. Payment terms by Government Credit card. Net 30 days. Requirements STATEMENT OF WORK LABORATORY SPECIMEN TESTING SERVICES DATED: 27 FEBRUARY 2012 Contractor shall furnish all processing facilities, equipment and any repair/maintenance incidental to providing medical laboratory tests beyond the capability of the clinical laboratory, 88th Diagnostics and Therapeutics Squadron, 88th Medical Group, Wright-Patterson AFB (WPAFB), OH. The contractor shall complete at least 90% of all laboratory tests within 72 hours of specimen pickups. Monthly verification will be conducted by Wright-Patterson Medical Center personnel through turnaround time report function in the Laboratory Information System. The contractor shall provide a price list listing of all laboratory tests which they currently provide. The listing shall also reflect the price of each test. The contractor is responsible for providing the courier service to pick up the specimen from the clinical laboratory, at the Medical Group, WPAFB. The contractor shall work through the clinical laboratory referral section at the 88th Medical Group, WPAFB, for service and interaction with contractor in regard to logistics of sample pickup, supplies, and inquiries on status. Only authorized callers on the Authorized Caller's List shall be able to place calls under the BPA. The contractor shall present consolidated invoice of services rendered on at least a monthly basis. Invoice will include name of patient, date of service, contractor lab sample identification number, test performed, and test fee. Monthly summary reports will be provided detailing month to date volume by contractor test codes. CPT coding information may be required. Contractor shall have the ability in house to perform the tests requested (the capability to do the tests in one of the laboratories owned by the contractor versus referring the test to another laboratory). Should tests require referral to another laboratory, the contractor shall forward the specimen to another appropriately licensed accredited laboratory after discussing with laboratory personnel at 88th Medical Group, WPAFB. Contractor shall provide the clinical laboratory at WPAFB with the following documents: • Comprehensive laboratory guide that lists tests, instruction for patient preparation and collection of specimens, sample volumes for tests (to include pediatric/absolute minimum sample volumes), any required special handling needs, and reference ranges for test results including pediatric reference ranges where appropriate. • A test schedule showing the routine run time of tests and routine expected turnaround time. Contractor shall provide consultative expert service representatives who are accredited health care professionals trained to provide in-depth information on all performed laboratory services. These representatives shall be accessible to WPAFB through contractor client services telephone network. Contractor shall have licensure/certification which meets the requirements of the Clinical Laboratory Improvement Amendments (CLIA) for performance at the complexity level of all tests referred, such as College of American Pathologists (CAP) or The Joint Commission (TJC). The contractor is responsible for providing licensure/certification to Wright-Patterson Medical Center immediately after award, every two years thereafter, or upon request by the Wright-Patterson Medical Center personnel. The contractor shall be responsible to ensure any laboratory used by the contractor to provide services to WPAFB shall also have appropriate licensure/certification. Offers need to adhere to FAR 52.212-1, Instructions to Offerors - Commercial, and include a completed FAR 52.212-3, Representations and Certifications. The Government's preferred method is Online Representations and Certifications. This can be accomplished by registering in ORCA at https://orca.bpn.gov and completing the Online Representations and Certifications. The Price Lists may be in any format but MUST include: 1) Proposing company's name, address, phone and tax identification number (TIN) 2) Point of contact's name, phone, and email 3) Price List number & date 4) Item number 5) Item price 6) Timeframe that the price list is valid - normally a minimum of one year 7) Completed FAR 52.212-3, Representations and Certifications. Price Lists MUST also contain a complete price list listing of all laboratory tests which they currently provide and laboratory tests which they have access or an agreement with a certified third party testing facility to provide. Please ensure submittal of a statement of your company's abilities to meet the requirements is provided on a separate page from the price list as part of your offer package. The Government will award blanket purchase agreement(s) resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation is found technically acceptable and whose prices are determined to be fair and reasonable to the Government. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions in full text may be accessed via the Internet at website http://farsite.hill.af.mil. The following provisions are incorporated by reference and apply to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial FAR 52.212-2, Evaluation Factors [the fill in portion of this clause is: technical capability and price] FAR 52.212-3, Representations and Certifications The following clauses are incorporated by reference and apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions -- Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The clauses that are check marked as being applicable to this purchase are: FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) FAR 52.219-8 Utilization of Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.232-37, Multiple Payment Arrangements DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items. The clauses that are check marked as being applicable to this purchase are: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.232-7003, Electronic Submission of Payment Requests DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel All price lists and responses must be received no later than 2:00 PM, Eastern Standard Time on 5 April 2012. Submittal of quotes in response to this RFQ constitutes agreement by the offeror of all terms & conditions contained herein, which will also be the terms & conditions of resulting contract. Please email to Diane.Chen@wpafb.af.mil via a PDF compatible attachment or to: ASC/PKOAB Attn: Diane Chen 1940 Allbrook Drive, Room 109 WPAFB, Ohio 45433-5344 Any questions should be directed to Diane Chen at Diane.Chen@wpafb.af.mil or at (937)522-4584.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-12-T-0121/listing.html)
 
Place of Performance
Address: 88th Diagnostics and Therapeutics Squadron, 88th Medical Group, Wright-Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02701563-W 20120322/120321000504-59dc19d507bc30ca531924f72bbeb5d6 (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.