Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 06, 2014 FBO #4577
SOLICITATION NOTICE

Q -- UTARNG MEDCOM Lab Testing

Notice Date
6/4/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90M8L06032014LABTESTING
 
Response Due
7/7/2014
 
Archive Date
8/6/2014
 
Point of Contact
Otha Henderson, 801-432-4093
 
E-Mail Address
USPFO for Utah
(otha.b.henderson.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined synopsis/solicitation W90M8L06032014LABTESTING is being issued as an unrestricted Request for Quotation. Northern America Industry Classification System Code (NAICS) is 621511, Medical Laboratories. The Utah National Guard intends to establish a Blanket Purchase Agreement (BPA ) for the performance of miscellaneous laboratory testing. The vendor must be CLIA certified. The vendor must supply lab test request forms, tubes, specimen cups, slides, and all other necessary laboratory supplies to the Utah National Guard for use on this BPA. Address questions for specific supplies to the contact information within this synopsis/solicitation, allowing adequate time for response in order to provide a quote by the deadline. Retrieval of lab results must be available through the internet. Most of the testing will be done on weekends. Specific tasks: An estimated quantity for each test required will be provided by phone to the vendor approximately 3 days prior to the testing. The oral order will be followed by submission of the Lab Test Request Form indicating the exact number of each test required. Specimens are to be picked up from two locations: UTARNG Medical Command, 17800 S Camp Williams Road (Redwood Road), Riverton, UT 84065; and Army Aviation (Airport #2), 7602 South 4470 West, West Jordan, UT. Routine test should be reported via phone call to the UTARNG. This BPA will replace an existing agreement set to expire. The intent of this BPA is to provide best value in meeting the laboratory testing requirements of the Utah National Guard. This BPA will be valid for no longer than five (5) years. Note, this action is for a BPA, which is a streamlined method for acquiring services on an as-needed basis, via issuance of a BPA call order using qualified sources; this eliminates the need for repetitive and costly procurement actions. There is no minimum or maximum guaranteed order quantity or dollar value. The Government does not intend to pay for any information provided under this notice. Evaluations Factors: The contract type for this procurement will be a firm-fixed price and award shall be made on the basis of best value. A quote with represents best value is one that conforms to the Government's requirements at a reasonable and competitive price. The Government intends to establish this BPA with a vendor who responds with all required submissions on time, whose past performance does not pose a risk to the Government, and whose quote represents the best value to the Government. All firms or individuals responding must meet all standards required to conduct business with the Government, and be in good standing. All qualified responses will be considered by the Government. The Government reserves the right to request a site visit with any firm submitted a response. Failure to comply with a site visit may result in disqualification from consideration. In addition to providing delivery pricing for medical laboratory testing, each vendor must include their company's capabilities, rate schedule (including any volume discount, etc.), and point of contact information. Please provide your submission to the United States Property and Fiscal Office Purchasing and Contracting Division no later than 4pm (EST) 7 July 2014. All submissions should be sent via email to: otha.b.henderson.mil@mail.mil. Facsimiles are not acceptable. Question regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered. In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Offers may obtain information on registration at www.sam.gov. Failure to provide SAM registration may result in your quote being disqualified from consideration. The following provisions and clauses are applicable to this solicitation: FAR 52.202-1 - Definitions FAR 52.203-3 - Gratuities FAR 52.203-6 Alt 1 - restrictions on Subcontractor Sales to the Government FAR 52.204-4 - Printed or Copied Double Sided or Post-consumer Fiber Content Paper FAR 52.204-7 - Central Contractor Registration FAR 52.204-10 - Reporting Executive Compensation and First-tier Subcontracting Awards FAR 52.209-6 - Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarement FAR 52.212-1 - Instructions to Offerors FAR 52.212-3 Alt 1 - Offeror Representations and Certifications-Commercial Items FAR 52.212-4 - Terms and Conditions - Commercial FAR 52.212-5 - Dev - Statutes/Exec Orders FAR 52.219-1 (Alt I) - Small Business Program Representation FAR 52.219-6 - Notice of Total Small Business Set-Aside FAR 52.219-8 - Utilization of Small Business Concerns FAR 52.219-14 - Limitations on Subcontracting FAR 52.219-28 - Post-award Small Business Program Representations FAR 52.222-3 - Convict Labor FAR 52.222-21 - Prohibit Segregated Facilities FAR 52.222-22 - Previous Contract and Compliance Reports FAR 52.222-25 - Affirmative Action FAR 52.222-26 - Equal Opportunity FAR 52.222-35 - Equal Opportunity for Veterans FAR 52.222-36 - Affirmative Action for Workers With Disabilities FAR 52.222-37 - Employment Reports on Special Disabled Veterans FAR 52.222-40 - Notification of Employees Rights Under the National Labor Relations Act FAR 52.222-41 - Service Contract Act of 1965 FAR 52.222-42 - Statement of Equivalent Rates for Federal Hires FAR 52.222-43 - Fair Labor Standards Act and Service Contracts Act Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 - Combating trafficking in Persons FAR 52.222-54 - Employment Eligibility Verification FAR 52.223-18 - Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-23 - Restrictions on Certain Foreign Purchases FAR 52.225-25 - Prohibition on Contracting with Entities in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.232-1 - Payments FAR 52.232-33 - Payment by Electronic Funds Transfer-Central Contractor Registration FAR 52.233-1 - Disputes FAR 52.233-2 - Service of Protest FAR 52.233-3 - Protest After Award FAR 52.233-4 - Applicable Law for Breach of Contract Claim FAR 52.243-1 (Alt 1) - Changes-Fixed Price FAR 52.247-34 - FOB Destination FAR 52.249-4 - Termination for Convenience of the Government (Services)(Short Form) FAR 52.252-1 - Provisions Incorporated by Reference FAR 52.252-2 - Clauses Incorporated by Reference FAR 52.252-5 - Authorized Deviations in Provisions FAR 52.252-6 - Authorized Deviation in Clauses DFARS 252.203-7000 - Requirement Relating to Compensation of Former DoD Officials DFARS 252.203-7002 - Requirements to Inform Employees of Whistleblower Rights DFARS 252.204-7003 - Control of Government Personnel Work Product DFARS 252.204-7004 Alt A - Required Central Contractor Registration DFARS 252.209-7995 - Representation by Corporations Regarding Unpaid Delinquent Tax Liabilit of a Felony Conviction Under Any Federal Law DFARS 252.212-7000 - Offeror Representations and Certification Required to Implement Status of Executive Orders Applicable to Defense Acquisition of Commercial Items DFARS 252.212-7001 - Dev Terms and Conditions DFARS 252.225-7001 - Buy America Act and Balance of Payments Program DFARS 252.225-7002 - Qualifying Country as Subcontractors DFARS 252.225-7012 - Preference for Certain Domestic Commodities DFARS 252.232-7003 - Electronic Submission of Payment Requests DFARS 252.232-7010 - Levies on Contract Payments DFARS 252.237-7010 - Prohibition of Interrogation of Detainees by Contract Personnel DFARS 252.243-7001 - Pricing of Contract Modifications DFARS 252.243-7002 - Requests for Equitable Adjustment. FAR 52.252-2 Clauses Incorporated by Reference. This contract 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 full text available. Also, the full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award. Prospective vendors should visit the SAM website at http://www.sam.gov/start.aspx to register. Additional information Contract Office Address: USPFO for Utah 12953 South Minuteman Drive Draper, UT 84020 Place of Performance: USPFO for Utah 12953 South Minuteman Drive Draper, UT 84020 Point of Contact: 1LT Otha Henderson 801-432-4093 Otha.b.henderson.mil@mail.mil Contracting Office Address: USPFO for Utah, PO Box 2000, Draper, UT 84020-2000 Point of Contact(s): Otha Henderson 801-432-4093
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8L06032014LABTESTING/listing.html)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT
Zip Code: 84020-2000
 
Record
SN03385808-W 20140606/140604235541-7645a9af24d80ca214da717813bb3e39 (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.