Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 18, 2024 SAM #8118
SOLICITATION NOTICE

Q -- Bioinformatics Interpretation Services

Notice Date
2/16/2024 2:10:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
DEFENSE HEALTH AGENCY SAN ANTONIO TX 78230 USA
 
ZIP Code
78230
 
Solicitation Number
HT940824Q0007
 
Response Due
2/20/2024 3:00:00 PM
 
Archive Date
02/25/2024
 
Point of Contact
David Erpelding, Carolynn Benn, Phone: 2108684971
 
E-Mail Address
david.k.erpelding.civ@health.mil, carolynn.j.benn.civ@health.mil
(david.k.erpelding.civ@health.mil, carolynn.j.benn.civ@health.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 using, �Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services,� and FAR Part 13, �Simplified Acquisition Procedures,� as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This RFQ is NOT to be construed as a commitment by the Defense Health Agency. The Government is NOT liable for any costs and/or activity associated with providing a response to this announcement. Any costs incurred as a result of a response to this announcement shall be borne by the firm and will not be charged to the Government for reimbursement. The Government reserves the right to cancel this RFQ either before or after the closing date. In the event the RFQ is cancelled, the Government has no obligation to reimburse costs associated with preparing and providing a quote. This combined synopsis/solicitation SHALL be posted to Contract Opportunities (SAM.gov). The Request for Quotation (RFQ) number is�HT940824Q0007. This solicitation documents and incorporates provisions and clauses in effect through the Federal Acquisition Regulations Circular�FAC 2024-02.� It is the responsibility of the contractor to be familiar with the applicable clauses and provisions.� The clauses may be accessed in full text at these addresses:�https://www.ecfr.gov/ and https://www.acquisition.gov/.� The associated North American Industrial Classification System (NAICS) code for this procurement is 621511 Medical Laboratories, with a small business size standard of $41.5M. The product or service code is Q301 Medical � Laboratory Testing. The Government will award one (1) firm-fixed price (FFP) contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer, conforming to the synopsis/solicitation, will be most advantageous to the Government (as determined by the solicitation evaluation criteria). The resultant contract will consist of a base period and one option period of 12-months each. The proposed Requirement is Unrestricted. The due date for quotes relating to this requirement is Tuesday February 20th @ 5:00pm Central.� Quotes received after this deadline will not be accepted.� The due date/time for receipt of quotes may be extended if found to be in the best interest of the government. Period of Performance: 27 February 2024 � 26 February 2025. There will be one (1) option year with a period of performance of 27 February 2025 � 26 February 2026. The following FAR provisions and clauses are applicable to this procurement:� 52.252-1 Solicitation Provisions Incorporated by Reference 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions 2007-09 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 2020-06 52.204-13 System for Award Management Maintenance. 2018-10 52.204-17 Ownership or Control of Offeror 2020-08 52.204-16 Commercial and Government Entity Code Reporting. 2020-08 52.204-18 Commercial and Government Entity Code Maintenance. 2020-08 52.204-21 Basic Safeguarding of Covered Contractor Information Systems. 2021-11 52.204-29 Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures. 2023-12 52.204-7 System for Award Management. 2018-10 52.209-7 Information Regarding Responsibility Matters 2018-10 52.212-1 Instructions to Offerors-Commercial Products and Commercial Services. 2023-09 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services. 2023-11 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 2021-11 52.212-2 Evaluation-Commercial Products and Commercial Services. 2021-11 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services. 2023-11 52.217-5 Evaluation of Options 52.217-9 Option to Extend the Term of the Contract. 2000-03 52.223-22 Public Disclosure of Greenhouse Gas Emissions and Reduction Goals-Representation 2016-12 52.204-26 Covered Telecommunications Equipment or Services-Representation. 2020-10 52.204-20 Predecessor of Offeror. 2020-08 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications 52.232-39 Unenforceability of Unauthorized Obligations 52.233-2 Service of Protest 2006-09 52.212-5�Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services. 2023-12 (Dec 2023) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (DEC 2023) (Section 1634 of Pub. L. 115-91). (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (NOV 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015). (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) (31 U. S.C. 3903 and 10 U.S.C. 3801). (6) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (7) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial products and commercial services: x�52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub.L. 109-282) ( 31 U.S.C. 6101 note). x�52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) (Section 102 of Division R of Pub. L. 117-328). x�52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (NOV 2021) (31 U.S.C. 6101 note). x�52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). x�52.219-28, Post Award Small Business Program Representation (SEP 2023)(15 U.S.C. 632(a). x�52.222-3, Convict Labor (JUN 2003) (E.O.11755). x�52.222-21, Prohibition of Segregated Facilities (APR 2015). x�52.222-35, Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). x�52.222-37, Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). x�52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627). x�52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (JUN 2020) (E.O. 13513). x�52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). x�52.232-33, Payment by Electronic Funds Transfer-System for Award Management (OCT2018) (31 U.S.C. 3332). x�52.222-41, Service Contract Labor Standards (AUG 2018) (41 U.S.C. chapter67). x�52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). x�52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (AUG 2018) (29 U.S.C. 206 and 41 U.S.C. chapter 67). x�52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (JAN 2022). x�52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2022) (E.O. 13706). The following DFARS provisions and clauses are applicable to this procurement 252.201-7000 Contracting Officer's Representative. 1991-12 252.203-7000 Requirements Relating to Compensation of Former DoD Officials. 2011-09 252.203-7002 Requirement to Inform Employees of Whistleblower Rights. 2022-12 252.203-7005 Representation Relating to Compensation of Former DoD Officials. 2022-09 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support. 2023-01 252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation. 2021-05 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services. 2023-01 252.204-7019 Notice of NIST SP 800-171 DoD Assessment Requirements. 2023-11 252.204-7024 Notice on the Use of the Supplier Performance Risk System. 2023-03 252.225-7055 Representation Regarding Business Operations with the Maduro Regime. 2022-05 252.225-7056 Prohibition Regarding Business Operations with the Maduro Regime. 2023-01 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 2023-01 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports. 2018-12 252.232-7010 Levies on Contract Payments. 2006-12 252.244-7000 Subcontracts for Commercial Products or Commercial Services. 2023-11 252.204-7003 Control of Government Personnel Work Product. 1992-04 252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation. 2019-12 252.225-7048 Export-Controlled Items. 2013-06 252.243-7001 Pricing of Contract Modifications. 1991-12 252.247-7023 Transportation of Supplies by Sea. 2023-01 252.232-7006 Wide Area WorkFlow Payment Instructions 2023-01 __________________________________________________________________________ ADDENDUM TO FAR 52.212-1 - INSTRUCTIONS TO OFFERORS-INFORMATION THAT MUST BE SUBMITTED WITH QUOTATIONS Quotes shall include the following: 1. Pricing for CLINs 0001- 1001 (use Attachment 2) 2. Technical Approach (see below) 3. Subcontracting Plan (see below) 3. Past Performance (see below) 4. Any discount terms offered 5. Contractor's name, address, CAGE code 6. Contractor point of contact with email and phone number Technical approach: Offerors shall submit their technical approach explaining methods, equipment, personnel, procedures, and timelines required to complete the required services. Do not simply restate or rephase the Performance Work Statement. Technical approach is limited to three pages. One (1) electronic copy must be submitted via email. No printed/mailed copies will be accepted. All request for quote (RFQ) responses must be complete and received by the Contracting Specialist at david.k.erpelding.civ@health.mil no later than Tuesday, February 20th 2024, 5:00pm Central. No late submissions will be accepted. Quote packages with incomplete information may not receive additional consideration. The offeror�s quote shall consist of four separate parts: ����������� Part I � Price Quote (use Attachment #2) ����������� Part II � Technical Capabilities ����������� Part III � Subcontracting Plan ����������� Part IV � Past Performance PART I - PRICE Completed price schedule using attached Quote Template.� Note: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. PART II - TECHNICAL CAPABILITIES The Offeror shall provide a technical approach to perform tasks required to provide all labor, material, equipment, fuel, etc. and possess the capability to perform the required services in accordance with the PWS attachment 1. Legibility, clarity, and coherence are very important. The narrative should include as specifically as possible, the actual methodology that will be used for accomplishing and satisfying the PWS�s stated requirement(s). The Offeror shall assume that the Government has no prior knowledge of its capabilities, facilities, and experience, thus the technical evaluation will be solely based on the information presented in the Offeror's Technical Capability Narrative. Technical Acceptability is achieved when the offeror provides proof that the offeror will meet the minimum standards of the requested service identified within the PWS. Contractor must submit a statement of capabilities to begin services starting 27 February 2024. PART III � SUBCONTRACTING PLAN The offeror shall submit a Subcontracting Plan with their quote. If the offeror already has a current Commercial Subcontracting Plan approved by a Government Contracting Officer, that plan (along with corresponding approval) is sufficient for submission. If the offeror does not believe any subcontracting opportunities exist, an explanation with supporting documentation shall be submitted. PART IV - PAST PERFORMANCE 1.�The Contracting Officer shall seek relevant performance information based off one or more of the following: a) The Contractor Performance Assessment Reporting System (CPARS) b) The Supplier Performance Risk System (SPRS) c) Information pulled from System for Award Management (SAM) d) Other sources such as interviews with Government employees (Contracting officer Representatives (COR) and/or Contracting Officer (CO)) A past performance rating of ""Acceptable"" is achieved when the past performance information (as listed above) reveals recent and relevant knowledge and experience, a record of integrity, and a history of contract compliance. In order to be considered awardable, there must be an ""acceptable"" rating in the �Technical Capabilities�, �Subcontracting Plan�, and �Past Performance� nonprice factors. FAR 52.212-2 -- Evaluation -- Commercial Products and Commercial Services (Nov 2021 Per FAR 13.106-1(a)(2), the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Best value is expected to result from selection of the lowest total evaluated price (inclusive of all options) having Acceptable ratings in the factors of Technical Capability, Subcontracting Plan, and Past Performance.� The following factors shall be used to evaluate offers: PRICE TECHNICAL CAPABILITY SUBCONTRACTING PLAN PAST PERFORMANCE Addendum to FAR 52.212-2 -- Evaluation -- Commercial Products and Commercial Services 1. Evaluation: By submission of its quote, the offeror agrees to all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Failure to adhere to all solicitation requirements may result in an offer being determined unacceptable and ineligible for further evaluation. The evaluation process follows: Step I�Price Quote Evaluation Initially, the Government will place all quotes that meet the requirements of the solicitation in order by price, beginning with the lowest total evaluated price as entered into Attachment #2. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Step II�Technical Capabilities Evaluation Next, the lowest total evaluated priced offeror will be evaluated on an Acceptable/Unacceptable basis for Technical Capabilities. The vendors documentation shall demonstrate the offeror�s approach and ability to meet the PWS requirements to include: 1. Technical approach to perform tasks required to provide all labor, material, equipment, fuel, etc. and possess the capability to perform the required services in accordance with the PWS attachment 1. To receive an overall �Acceptable� Technical Capability factor rating, each area listed above must receive an �Acceptable� rating. The technical factors will receive one of the following ratings listed below. Rating������������������������� Description Acceptable������������������ Quote meets the requirements of the solicitation. Unacceptable� � � � � � � Quote does not meet the requirements of the solicitation. Step III � Subcontracting Plan Evaluation Next, the Government will determine if the offeror provided either a Subcontracting Plan or explanation with supporting documentation as to why no subcontracting opportunities exist. Rating������������������������� Description Acceptable������������������ Subcontracting Plan or explanation with supporting documentation as to why no subcontracting opportunities exist was provided. Unacceptable� � � � � � � Subcontracting Plan or explanation with supporting documentation as to why no subcontracting opportunities exist was not provided. Step IV � Past Performance Evaluation Next, the Government will evaluate the offeror for past performance. The Contract Performance Assessment Reporting System (CPARS) may be searched as well as the Supplier Performance Risk System (SPRS) to evaluate past performance, and information may be pulled from the System for Award Management (SAM). Other sources such as interviews with Government employees (Contracting officer Representatives (COR) and/or Contracting Officer (CO)) may be utilized. � Rating������������������������� Description Acceptable� � � � � � � Based on the offeror�s performance record and reference contract information, the Government has a reasonable expectation that the offeror will successfully perform the required effort.�� Unacceptable� � � � � Based on the offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. 2. Basis of Award If the lowest total evaluated priced, technically acceptable offeror receives an �Acceptable� Subcontracting Plan and past performance rating, that quote represents the most advantageous offer to the Government, evaluation of that quote is complete. If the Offeror is determined to be responsible, award will be made to that offeror, and the evaluation process will stop. If the lowest total evaluated priced offeror, receives either an ""Unacceptable"" technical, �Unacceptable� Subcontracting Plan, or �Unacceptable� past performance rating, evaluation of that quote will stop. In that instance, the next lowest total evaluated priced offeror will be evaluated using the methodology above and the process will continue (in order by price) until a technically acceptable offeror is evaluated to have an acceptable Subcontracting Plan rating and acceptable past performance rating and is determined to be responsible, or until all offerors are evaluated. Clarifications conducted to resolve minor or clerical errors will not constitute discussions and the Contracting Officer reserves the right to award a contract without the opportunity for a quote revision. The Government intends to award a contract without discussions (while keeping with FAR Part 12 and 13). The Government, however, reserves the right to conduct discussions if deemed in its best interest. The Government reserves the right to make an award to one offeror or to make no award at all. __________________________________________________________________________ NOTE: Interested Offerors must be registered in the System for Award Management (SAM) database. Contractors can register via the SAM Internet site at https://www.sam.gov/. Interested Offerors are required to submit their representations and certifications online using the SAM database. Foreign owned companies are not allowed to participate in this solicitation. Method of submission:� Quotes shall be emailed to David Erpelding at david.k.erpelding.civ@health.mil All quotes shall include price(s), a point of contact, name and phone number, CAGE Code, business size under NAICS Code 621511, and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. Point of contact for this solicitation is: David Erpelding Contract Specialist david.k.erpelding.civ@health.mil Attachments #1 � Performance Work Statement (PWS) #2 � Quote Template #3 � Wage Determination 2015-5147 Rev 22 Dated 12/26/2023 (Please note: The most recent Wage Determination at time of award will be incorporated into the contract)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/45b37449a4ba42b5a72f0234c7fa2ec5/view)
 
Place of Performance
Address: Biloxi, MS 39534, USA
Zip Code: 39534
Country: USA
 
Record
SN06968870-F 20240218/240216230055 (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.