MODIFICATION
Q -- Q--To set up an IDIQ for medical testing and transport of biomedical samples for the state of Wisconsin. This IDIQ will include a base year and four option years.
- Notice Date
- 12/9/2014
- Notice Type
- Modification/Amendment
- NAICS
- 621511
— Medical Laboratories
- Contracting Office
- USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J2-15-T-0002
- Response Due
- 12/22/2014
- Archive Date
- 2/7/2015
- Point of Contact
- Curtis Clements, 608-427-7209
- E-Mail Address
-
USPFO for Wisconsin
(curtis.p.clements.mil@mail.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. In an effort to foster more effective and efficient contracting vehicles to accommodate the increasing requests, the Government intends to award an Indefinite Delivery Indefinite Quantity Contract for Medical Laboratory and Transportation of biomedical waste services. This IDIQ service will be established for the state of Wisconsin. This solicitation is issued as unrestricted. The North American Industry Classification System (NAICS) code is 621151. Solicitation number W912J2-15-T-0002 is issued as a request for quotation (RFQ). Provisions and clauses contained in this solicitation are those in effect through Federal Acquisition Circular 2005-38. The Government intends to issue a single award to one offeror. The award will be based off the lowest price technically acceptable. The entire IDIQ will consist of 1 base year and four option years. The contractor shall provide all personnel, equipment, tools, materials to include providing the medical detachment with the necessary testing equipment such as : tubes and labels. The contractor will also provide a courier service for pick up of the tests. See the attached Performance work statement for more detail of the services expected in this contract. There is expected to be an average of 16 calls per period of performance. A schedule will be provided the beginning of each year. 1) must offer a Courier service to pick up the biomedical from the medical company at Volk Field located in Camp Douglas, WI 54618. Courier Service must show compliance with OSHA CFR 29 1910.1030 to be eligible. 2) will pick specimen tubes up in proper container from The Medical Company, run appropriate test on blood samples and return results in a timely manner, within 48-72 hours. Samples are usually picked up the Monday following The medical company's drill weekend. 3) Meet the requirements to obtain access to drive on a restricted military installation. the contracting office will help obtain access if necessary. 4) Here is a list of the testing that would be required, vendor must be able to perform all of them. Please price per test. Please include the courier fee. CLIN 0001 Base year (01JAN2015-31DEC2015) CLIN 0002 Option year 1(01JAN2016-31DEC2016) CLIN 0003 Option year 2 (01JAN 2017-31DEC2017) CLIN 0004 option year 3 (01JAN2018-31DEC18) CLIN 0005 Option year 4 (01JAN2019-31DEC2019) Clauses and provisions are available in full text at: http://farsite.hill.af.mil. The following clauses and provisions in their latest editions apply to this solicitation: The provision at FAR 52.212-1, Instructions to Offerors, Commercial Items applies to this solicitation (IX) The provision at 52.212-2, Evaluation Commercial Items applies and is spelled out in paragraph (a) of this solicitation; (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items (Offerors shall include a completed copy as part of their quote or a completed registration on the ORCA website (https://orca.bpn.gov/login.aspx) FAR Clauses 52.212-1 Instructions to Offerors Commercial Items 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.212-1, Instructions to Offerors Commercial Items 52.212-3 ALT I Offeror Representations and Certifications Commercial Items 52.212-4 Contract Terms and Conditions Commercial Items 52.212-5Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items 52.219-6 Notice of Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-41 Service Contract Act of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (multiple year and option contracts 52.222-50 Combating Trafficking in Persons 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration l Contractor Registration, 52.223-18 Encouraging Contractor Policies to ban texting while driving. 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 252.201-7000 Contracting Officers Representative 252.203-7000 Requirements Relating to Compensation of Former DOD Officials, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 Alternate 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 52.222-3 Convict Labor 52..222-36 Affirmative action for workers with Disabilities 52.204-10 Reporting Executive Compensation and first Tier Subcontract Awards 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-35 Equal Opportunity for Veterans 52.222-37 Employment reports on Veterans 252.216-7006 ordering 52.216-19 order limitations 52.216-22 Indefinite Quantity Provision 52.217-5 Evaluation of Options All written questions pertaining to this requirement and are due by December 18, 2014, 11:00 am Central Standard Time. E-mail to Staff Sergeant Curtis Clements curtis.p.clements.mil@mail.mil Offers are due no later than December 22, 2014 at 11:00 am Central Standard Time. All prospective offerors interested in submitting a quote must be registered with the System for Award Management (SAM) @ https://www.sam.gov/portal/public/SAM/ prior to contract award. Interested parties should submit their quotes (as outlined in the Performance Work Statement), company's name, and mailing address, point of contact, phone number via e-mail to Staff Sergeant Curtis Clements curtis.p.clements.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-15-T-0002/listing.html)
- Place of Performance
- Address: USPFO for Wisconsin 1 Williams Street, Camp Douglas WI
- Zip Code: 54618-5002
- Zip Code: 54618-5002
- Record
- SN03591084-W 20141211/141209234534-b82b9d607ea7edee89c0231fc7887d5c (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 |