SOLICITATION NOTICE
Q -- Newborn infant lab testing for metabolic disorders for Camp Pendleton Naval Hospital
- Notice Date
- 8/10/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- N00244 Naval Base 937 North Harbor Drive San Diego, CA
- ZIP Code
- 00000
- Solicitation Number
- N0024404R0081
- Response Due
- 8/23/2004
- Archive Date
- 9/22/2004
- Point of Contact
- Jessica Dunker 619-532-2588 Contract Specialist @ 619-532-2588
- Description
- IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor Registration" applies to all solicitations issued on / or after 06-01-98. 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 visit the Internet at http://www.ccr.gov/ for more information. This procurement is unrestricted; all responsible sources may submit an offer. This is a combined synopsis / solicitation for commercial items prepared in accordance with FAR 13 and the format in FAR subpart 12.6, as supplemented with additional information included in this notice. Solicitation number / RFQ N00244-04-R-0081 applies; an electronic copy of the RFQ can be accessed at http://www.neco.navy.mil. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-24 and DFAR Change Notices effective through! 6/8/04. The standard industrial code is 8071 (NAICS 621511) and the business size standard is $11.5 million. The agency need is for a commercial contract for new born infant testing for metabolic disorders. The requirement is for a fixed priced contract for a base year commencing 10/1/04 - 9/30/05 and four one-year options thereafter. The statement of work is as follows: Contractor shall provide blood spot specimens. Each specimen submitted will be tested for a minimum of the following diseases: a) Phenylketonuria (PKU) b) Biotinidase Deficiency (BIO) c) Cystic Fibrosis (CF) d) Calactosemia-titalgalactose (TGAL) e) Galactose-1 Phosphate uridy transferase (GALT) f) Hypothyroidism thyroxine (T4) g) Thyroid stimulating hormone (TSH) h) Hemoglobinopathies (HB) Naval Hospital Camp Pendleton will properly collect, dry at room temperature for at least 2 to 4 hours and send via first class mail or more expedient means to the Contractors laboratory. Contractor shall supply, on request, newborn-screening forms for sample collection, informational pamphlets, and mailing envelops. All positive screening results requiring immediate follow-up testing shall be telephoned as soon as testing is complete, with a certified report sent by first class mail as soon as possible to the Naval Hospital Camp Pendleton Laboratory. Those results that do not require immediate follow-up shall be sent by certified first class mail as soon as testing is complete. The Head of the Laboratory Department or his/her designated representative is authorized to accept telephone reports of positive test results and unsatisfactory specimens. Naval Hospital Camp Pendleton Laboratory will provide appropriate follow-up testing and genetic counseling to all patients /! families identified or at risk for one or more of the above genetic diseases. All positive test results must be confirmed. The Contractor shall provide a monthly report, of all patients tested, to the Naval Hospital Camp Pendleton laboratory. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items applies. Clause 52.212-4, Contract Terms and Conditions - Commercial Items applies as well as the following addendum clauses: FAR 219-1, Small Business Program Representations; FAR 52.219-6, Notice of Total Small Business Set-Aside; and FAR 52.232-18, Availability of Funds. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies with the following applicable clauses for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37! , Employment Reports on 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 Acquisitions of Commercial Items, applies with the following clauses applicable for paragraph (b): DFARS 252.225-7001, Buy American Act and Balance of Payment Program; and DFARS 252.225-7012, Preference for Certain Domestic Commodities. 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. 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 acc! eptability at the lowest price. Note: The full text of the Federal Acquisition Regulations (FAR) can be accessed on the Internet at www.arnet.gov.far or www.deskbook.osd.mil; Defense Federal Acquisition Regulation Supplement (DFARS) can be accessed on the Internet at www.dtic.mil/dfars. Parties responding to this solicitation may submit their quote in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) Company's complete mailing and remittance addresses, discounts for prompt payment, if any (e.g. 1% 10 days), anticipated delivery / availability of product / s, the company's CAGE code, Dun & Bradstreet Number, and Taxpayer ID number. In addition, if you are quoting on a comparable commercial item, product literature must be included. All FAR certifications and representations specified above must also accompany your quote. Quotes must be received no later than 3:00 PM,! local time on 8/23/04, and will only be accepted via e-mail @ (jessica.dunker@navy.mil) or at the following physical address: Fleet & Industrial Supply Center, 937 North Harbor Drive, 7th floor, San Diego CA 92132-0212. Quotes submitted, as an attachment to an e-mail should be sent in Word Version 6.0 or higher.
- Web Link
-
click here to download a hard copy of the RFP
(http://www.neco.navy.mil)
- Record
- SN00640847-W 20040812/040810212811 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |