Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2019 SAM #6594
SOLICITATION NOTICE

Q -- IDIQ Biomedical Sample Testing and Transportation - WI National Guard

Notice Date
12/17/2019 1:06:38 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
W7N8 USPFO ACTIVITY WI ARNG CAMP DOUGLAS WI 54618 USA
 
ZIP Code
54618
 
Solicitation Number
W912J2-20-R-0005
 
Response Due
12/27/2019 11:00:00 AM
 
Archive Date
12/28/2019
 
Point of Contact
Curtis.P.Clements, Phone: 6084277209
 
E-Mail Address
curtis.p.clements.mil@mail.mil
(curtis.p.clements.mil@mail.mil)
 
Description
This is a combined synopsis/solicitation for commercial supplies 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. The solicitation number assigned to this action is���� W912J2-20-R-0005. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Wisconsin, Purchasing and Contracting Division, Camp Douglas, WI 54618. 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 W912J2-19-R-0005 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 offeror. The entire IDIQ will consist of 1 base year and four option years. The contractor shall provide all personnel, equipment, tools, and 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. In order to be considered technically acceptable the vendor must be able to meet all the requirements in paragraphs 1.0-1.3.4 of the PWS to include the following. 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. (schedule to be provided) 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.( please use the attached bid spreadsheet for pricing)� The last item is contract manpower pricing, it is a 1 time per fiscal year requirement. LIPOPROTEIN BASIC PANEL CHOLESTEROL_ TOTAL CREATINE KINASE_ TOTAL Glucose-6-Phosphate Dehydrogenase, RBC GLUCOSE SERUM OR PLASMA HCG TOTAL BETA QUANT HEMATOCRIT HEMOGLOBIN CBC WITHOUT DIFFERENTIAL CBC WITH AUTODIFF CBC WITH MANUAL DIFF HEPATIC FUNCTION PANEL ELECTROLYTE PANEL METABOLIC PANEL_ BASIC METABOLIC PANEL_ COMPREHENSIVE PSA_ TOTAL PSA_ TOTAL & FREE URINE_ DIPSTICK & MICRO SICKLE CELL SCREEN SYPHILIS Ab SCREEN_ ROUTINE URIC ACID 5) Period of Performances and CLINS CLIN 0001 Base year (03JAN2020-02JAN2021) CLIN 1001 Option year 1 (03JAN2021-02JAN2022) CLIN 2001 Option year 2 (03JAN2022-02JAN2023) CLIN 3001 Option year 3 �(03JAN2023-02JAN2024) CLIN 4001 Option year 4 (03JAN2024- 02JAN2025) Contractor Manpower Reporting (CMR): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for either ARMY collection site. The contractor is required to completely fill in all required data fields using the following web ad-dress: http://www.ecmra.mil/. 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 52.212-5 Contract 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 Submittal Requirements: 1.� Bid Pricing sheet(excel attachment) 2. �Active Sam registration with Reps& Certs 3.� Proof of compliance with OSHA CFR 29 1910.1030 All written questions pertaining to this requirement and are due by December 23, 2019, 11:00 am Central Standard Time. �E-mail to SFC Curtis Clements curtis.p.clements.mil@mail.mil Offers are due no later than December 27 2019 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 numb This is a combined synopsis/solicitation for commercial supplies 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. The solicitation number assigned to this action is���� W912J2-20-R-0005. The solicitation is issued as a Request for Quote (RFQ) from the United States Property and Fiscal Office for Wisconsin, Purchasing and Contracting Division, Camp Douglas, WI 54618. 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 W912J2-19-R-0005 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 offeror. The entire IDIQ will consist of 1 base year and four option years. The contractor shall provide all personnel, equipment, tools, and 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. In order to be considered technically acceptable the vendor must be able to meet all the requirements in paragraphs 1.0-1.3.4 of the PWS to include the following. 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. (schedule to be provided) 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.( please use the attached bid spreadsheet for pricing)� The last item is contract manpower pricing, it is a 1 time per fiscal year requirement. LIPOPROTEIN BASIC PANEL CHOLESTEROL_ TOTAL CREATINE KINASE_ TOTAL Glucose-6-Phosphate Dehydrogenase, RBC GLUCOSE SERUM OR PLASMA HCG TOTAL BETA QUANT HEMATOCRIT HEMOGLOBIN CBC WITHOUT DIFFERENTIAL CBC WITH AUTODIFF CBC WITH MANUAL DIFF HEPATIC FUNCTION PANEL ELECTROLYTE PANEL METABOLIC PANEL_ BASIC METABOLIC PANEL_ COMPREHENSIVE PSA_ TOTAL PSA_ TOTAL & FREE URINE_ DIPSTICK & MICRO SICKLE CELL SCREEN SYPHILIS Ab SCREEN_ ROUTINE URIC ACID 5) Period of Performances and CLINS CLIN 0001 Base year (03JAN2020-02JAN2021) CLIN 1001 Option year 1 (03JAN2021-02JAN2022) CLIN 2001 Option year 2 (03JAN2022-02JAN2023) CLIN 3001 Option year 3 �(03JAN2023-02JAN2024) CLIN 4001 Option year 4 (03JAN2024- 02JAN2025) Contractor Manpower Reporting (CMR): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for either ARMY collection site. The contractor is required to completely fill in all required data fields using the following web ad-dress: http://www.ecmra.mil/. 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 52.212-5 Contract 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 Submittal Requirements: 1.� Bid Pricing sheet(excel attachment) 2. �Active Sam registration with Reps& Certs 3.� Proof of compliance with OSHA CFR 29 1910.1030 All written questions pertaining to this requirement and are due by December 23, 2019, 11:00 am Central Standard Time. �E-mail to SFC Curtis Clements curtis.p.clements.mil@mail.mil Offers are due no later than December 27 2019 at 1:00 PM 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 SFC Curtis Clements @ �curtis.p.clements.mil@mail.mil er via e-mail to SFC Curtis Clements @ �curtis.p.clements.mil@mail.mil
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e379ad169b0043e5ac62770c03bca846/view)
 
Place of Performance
Address: Camp Douglas, WI 54618, USA
Zip Code: 54618
Country: USA
 
Record
SN05518796-F 20191219/191217230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.