Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

Q -- Laboratory Testing Services - Amendment 1 - Responses to Questions

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Michigan, Joint Forces Readiness Center-Building 30, 3423 North Martin Luther King Jr. BLVD., Lansing, Michigan, 48906-2934, United States
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB-18-Q-0064
 
Archive Date
10/2/2018
 
Point of Contact
Jacob S. Curtiss, Phone: 5174817852
 
E-Mail Address
jacob.s.curtiss.civ@mail.mil
(jacob.s.curtiss.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Answered questions Amendment SF 30 This solicitation is extended to 17 September 12:00PM Eastern Time. The attached SF30 must be returned with quote. The amendment addresses questions 1-6 from interested vendors. 1)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; quote are being requested and a written solicitation will not be issued. The solicitation number is W912JB-18-Q-0064 and is being issued as a request for quotation (RFQ). 2)This solicitation document and incorporated provisions and clauses are in effect through Federal Acquisition Circular 2005-95. 3)This is a 100% small business set aside. The NAICS is 621511 and the small business size standard is $32,500,000.00. CLIN Description Quantity Unit of Measure 0001 Medical Laboratory Testing 1 JOB 0002 eCMRA 1 JOB 4)The Michigan Army National Guard (MIARNG) has a requirement for Medical Laboratory Testing Services. The vendor will be responsible for picking up specimens and provide the required testing for the MIARNG review. Please see the attached Performance Work Statement (PWS) Medical Laboratory Testing Services, Dated 9/4/2018 v. 1/1 for detailed specifications. 5)Work is expected to be performed in the following counties in Michigan and current Wage Determinations apply: Chippewa, Delta, Dickinson, Marquette, Crawford, Ingham, Eaton, Kalamazoo, and Wayne Counties. 6)This requirement is a Firm Fixed Priced contract. Pricing must be a fixed price for the entirety of work quoted. Travel must be included in the purchase price, not as a separate line item. Travel will not be reimbursable. 7)Quotes will be evaluated according to FAR 52.212-2 Evaluation: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price No Negative infomration in FAPIIS within the past three years Technical capability IAW PWS and Technical Evaluation criteria below: Technical Evaluation 1.Only fully licensed/accredited laboratories actively engaged in providing the specific services and laboratory testing outlined in this solicitation shall be considered. The reference laboratory shall be licensed, accredited, and inspected by the Laboratory Accreditation Program (LAP) of an accrediting agency [i.e. College of American Pathologists (CAP)] with deemed status from the Center for Medicare and Medicaid Services (CMS), American Associates of Blood Banks (AABB), Joint Commission (JC), Center for Disease Control (CDC), Medicare and/or other state regulatory agencies as mandated by federal and state statutes. In addition, the reference laboratory shall be certified as meeting the requirements of the Clinical Laboratory Improvement Act of 1988 and comply with the National Standards to Protect the Privacy of Personal Health Information (HIPPA). These above listed requirements must be met upon the date of solicitation. 2.The Reference Laboratory must provide 95% of the required testing inhouse and not outsourced to other subcontracted Reference Laboratories. All subcontracted Reference Laboratories are subject to the requirements outlined above. The Reference Laboratory is required to provide copies of all relevant permits, licenses and certifications of all Contractors and subcontractors upon solicitation. 3.The Government reserves the right to physically inspect the reference laboratory(s) prior to a contract award and at any time during the award period to ensure the reference laboratory's compliance with accreditation and quality assurance practices and requirements. 4.The Contractor must have an online portal for the MIARNG for ordering and to obtain results. 5.The contractor must provide courier services Monday - Friday for pick-up of laboratory specimens at specified locations from the Government. a. A comparative evaluation will be performed in accordance with FAR 13.106-2(b)(3). 8)Offerors may provide multiple offers in accordance with FAR 52.212-1 (e). 9)Offers are due at 12:00PM ET, on 14 September 2018. Email quotes to Jacob.S.Curtiss.civ@mail.mil. Questions are due 10 September 2018 by 12:00PM ET and must be submitted in writing via email. Questions will not be answered via telephone. Questions that occur after the cut off, but are considered to be significant to the requirement, will be accepted and discussed only with those vendors that have submitted a quote. 10)The following provisions and clauses are applicable to this solicitation: a.The provisions at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. See attached applicable clauses for quote instructions. b.Offers should included a complete copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. See applicable clauses. c.The clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. See attached clauses. d.The clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The additional FAR clauses cited in the clause are applicable to the acquisition. Award may be made without discussions and all information shuold be apparent in the quote. Incomplete quotes may be rejected and may not be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA20/W912JB-18-Q-0064/listing.html)
 
Place of Performance
Address: 3411 N. Martin Luther King JR Blvd, Lansing, Michigan, 48906, United States
Zip Code: 48906
 
Record
SN05087750-W 20180915/180913231235-0abba4427d5c4754bfd4f5fe193c52bf (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  © 1994-2020, Loren Data Corp.