Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 10, 2001 PSA #2848
SOLICITATIONS

Q -- INITIAL NEWBORN SCREENING SERVICES

Notice Date
May 8, 2001
Contracting Office
Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA 92132-0212
ZIP Code
92132-0212
Solicitation Number
N00244-01-T-0674
Response Due
May 18, 2001
Point of Contact
Jessica Dunker, Contract Specialist, 619.532.2588; Mary O'Brien, Contracting Officer
E-Mail Address
Click here to contact the Contract Specialist (jessica_e_dunker@sd.fisc.navy.mil)
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the Federal Acquisition Regulation (FAR) Part 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-24. This Procurement is issued as a small business set-aside. See numbered Note 1. The Standard Industrial Code is 8099, (NAICS 621999) with a small business size standard of $7.5 million. The agency need is service to perform initial newborn screening of infants born at Robert E. Bush Naval Hospital, Twentynine Palms, California. The screening will include Phenyletonuria (PKU), Cystic Fibrosis (CV), Glactosemia Galactose, 1-Phosphaterruridyl Transferase (GALT), Hypothyrodism Thyroxine (T4), Thyroid Stimulating Hormone (TSH), Hemoglobinopathies (HB), Biotinade Deficiency (BIO) and Adrenal Hyperplasia (CAH). The requirement is for a firm-fixed price contract. The Period of Performance is the date of award through a period one-year thereafter, with four one-year options for the following items: CLIN 0001: Initial Newborn Screening Services IAW Statement of Work, Base Year (Quantity: 750; Unit of Issue: EA) CLIN 0002: Initial Newborn Screening Services IAW Statement of Work, Option Year 1 (Quantity: 750; Unit of Issue: EA) CLIN 0003: Initial Newborn Screening Services IAW Statement of Work, Option Year 2 (Quantity: 750; Unit of Issue: EA) CLIN 0004: Initial Newborn Screening Services IAW Statement of Work, Option Year 3 (Quantity: 750; Unit of Issue: EA) CLIN 0005: Initial Newborn Screening Services IAW Statement of Work, Option Year 4 (Quantity: 750; Unit of Issue: EA) PARTIES RESPONDING MUST PROPOSE PRICING FOR ALL ITEMS FOR ALL FIVE YEARS. STATEMENT OF WORK: REQUIREMENT: Robert E. Bush Naval Hospital, Twentynine Palms requires the successful detection of phenylketonuria by testing newborns for hyperphenyllalaninemia with its goal the identification of infants subject to central nervous system damage (in particular mental retardation) due to excessive levels of phenyalanine. Once identified, harmful CNS effects can be largely avoided by dietary measures, notably a semisynthetic diet low in phenylalanine. State law requires PKU testing of infajts within 28 days or less prior to hospital discharge regardless of age. Disease caused by lack of phenylanaine hydroxylase leads to mental retardation if not treated. Additional tests must be performed if indicated to include: The screening will include ), Biotinidase Deficiency (BIO), Congenital Adrenal Hyperplasia, Cystic Fibrosis (CV), Galactosemia, Hemoglobinopathy, Hypothyroidism (T4 and TSH).. Our annual requirement is approximately 750 tests. TESTING METHODOLOGY: Guthrie CONTRACTOR PROVIDED SUPPLIES: 1. Filter Paper (Schleicher and Scheull No. 903) 2. Test Requisition Forms 3. Contractor Provided Mailing Service 4. Mailout Containers CONTRACTOR RESPONSIBILITIES: 1. Perform testing requirements in accordance with the Guthrie method and must comply with all Laboratory Accreditation and regulatory Agencies. 2. Provide written report of all testing performed indicating all demographic data provided in the information sheet. 3. Confirm any abnormal test results and provide a final report based on confirmed information. 4. Provide consumable supplies and requisition forms. Monitor level of supplies and maintain a safe level at all times. PURCHASER'S RESPONSIBILITIES 1. Collect samples in accordance with Contractor Standard Operating Procedures for obtaining a blood blot. 2. Provide patient information to include: patient's name, social security number, date of birth. 3. Will send test requisition and specimen in accordance with mailout procedures provided by the contractor. The following provision apply: FAR 52.212-1, Instructions to Offerors Commercial Items, Addendum to FAR 52.212-1, Paragraph (b) (5) Offers shall provide an express warranty which at a minimum shall be the same warranty terms, including offers of extended warranties, offered to the general public. Express warranties shall be included in the contract. Offerors are required to complete and include a copy of the following provisions with their proposals: FAR 52.212-3, Offeror Representation and Certifications Commercial Items. DFARS clauses 252.212-7000, Offeror Representations and Certifications-Commercial Items and addendum clause DFARS clause 252.225-7035, Buy-American Act-North American Free Trade Agreement Implementation Act-Balance of Payment Program Certificate; Clause FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies as well as the following addendum clauses; FAR 52.211-5, New Material, FAR 52.211-7 Other than New Material, Residual Inventory, and Former Government Surplus Property, FAR 52.217-5 Evaluation of Options; FAR 217-8 Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract, with para (c) completed as follows: the total duration of this contract, including the exercise of options under this clause, shall not exceed five (5) years; The clause at 52.212-5 Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Item applies with the following applicable clauses for paragraph (b): FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans, FAR 52.222-36 Affirmative Action for Handicapped Workers, FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7012, Preference for Certain Domestic Commodities; and DFARS 252.225-7036, North American Free Trade Agreement Implementation Act. Potential offerors are hereby notified of the Navy's intention to utilize the Government Purchase Card under the payment terms of the contract which may result from this solicitation. The purchase card program will replace the customary invoice and remittance procedures with charge card purchases and automated supplier payments. DFAR 252.204-7004 Required Central Contractor Registration, applies to all solicitations issued on or after 6/1/98; Lack of registration in the CCR database will make an offeror/quoter ineligible for award. Please ensure compliance with this regulation when submitting your quote. Call 1-888-227-2423 or on the Internet at http://ccr.edi.disa.mil for more information. Please ensure compliance with this regulation when submitting your proposal: 52.232-36 Payment by Third Party, 52.232-34 Payment by Electronic Funds Transfer, 52.247-35 F.O.B Destination, Within Consignee's Premises. The Government intends to make a single award to the responsible Offeror whose offer is the most advantageous to the Government considering price and price related factors. Provision 52.212-2 Evaluation Commercial Items applies with paragraph (a) completed as follows: Award will be made to the Offeror that meets the solicitation's minimum criteria for technical acceptability at the lowest price. To be determined technically acceptable the Offeror must furnish product literature that demonstrates the products offered meet all requirements stated in the above purchase descriptions. All responsible Offerors are to submit current pricing, delivery time, payment terms, cage code, Dunn and Bradstreet number, Tax Identification Number and all applicable specifications regarding this solicitation. Also required are copies of applicable commercially published price lists pertaining to your company's products that meet the specifications. Quotes must be received no later than 3:00 PST, 18 May 2001 and will be accepted via FAX (619)-532-1088, Attn: Jessica Dunker, or e-mail (jessica_e_dunker@sd.fisc.navy.mil). Quotes submitted as an attachment to an email should be sent in Word Version 6.0 or higher. Do not mail. Clause information can be downloaded from the internet from the following addresses; http://www.arnet.gov/far/ or http://www.acq-ref.navy.mil/turbo/arp51.htm/
Web Link
Click here to learn about FISC San Diego and other (www.sd.fisc.navy.mil)
Record
Loren Data Corp. 20010510/QSOL004.HTM (W-128 SN50L560)

Q - Medical Services Index  |  Issue Index |
Created on May 8, 2001 by Loren Data Corp. -- info@ld.com