SOLICITATION NOTICE
Q -- Pathology Frozen section interpretation services. and laboratory Services for Urgent Reference to laboratory Testing.
- Notice Date
- 9/18/2007
- Notice Type
- Solicitation Notice
- Contracting Office
- N00259 MATERIAL MANAGEMENT 34800 Bob Wilson Drive, Suite # 8 San Diego, CA
- ZIP Code
- 92134-5000
- Solicitation Number
- N0025907T0384
- Response Due
- 9/28/2007
- Archive Date
- 10/30/2007
- Point of Contact
- Joyce M. Claridy 619 532 8117
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for Commercial Items prepared in accordance with the Information in FAR subpart 12.6, using Simplified Acquisition Procedures for commerical items found at FAR 13, as supplemented with additional information included in this notice. This annoucement constitutes the only solicitation; a written solictation will not be issued PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Request for Quotation (RFQ) number is( N00259 07 –T-0384 ) The closing date is September28,2007@ 3:00 p.m. Pacific Standard Time. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-18. It is the contractors responsibility to be familiar with the applicable clauses and provisions. Both clauses and provisions may be accessed in full test at www.arnet.gov.,and www.acq.osd.mil. The NAICS code 622110. This is a competitive unrestricted action. Naval Medical Center, San Diego,California. Requests responses fr! om qualified sources capable of providing Service for Base Year with 4 Option Years. Pathology frozen section interpretation service to include: CLIN 0001. Individual cases needing frozen section interpreation at the request of the attending NHTP Physician during the periods when a San Diego Pathologist is not available to perform the frozen sections.Fee is GLOBAL and Includes $1000.00 Professional Component ( to be reimbursed by HDMC to pathologist directly) and $1000.00 Technical Component. QTY:0002 UNIT PRICE_________ : Base Year October 1, 2007 thru September 30, 2008________ Option Year 1: October 1, 2008 thru September 30, 2009 Price for one yearU/P:_____________ Option Year 2: October 1, 2009 thru September 30, 2010 Price for one year:U/P______________ Option Year 3: October 1, 2010 thru September 30, 2011 Price for one yearU/P:_______________ Option Year 4: October 1, 2011 thru September 30, 2012 Price for one year:_______________ CLIN 0002 Laboratory Services for Urgent Reference to laboratory Testing. The testing is to include any and all clinic pathology that can not be performed within the Naval Hosptial laboratory Department. These will not be limited to testing performed because of loss of capabilities( Equipment Malfunction, expiration or lack of proper reagents, or lack of personnel to run the tests).: Base Year : October 1, 2007 thru Sept. 30, 2008 Price for one year: ___________________ Option Year 1: October 1, 2008 thru September 30, 2009 Price for one year:_____________ Option Year 2: October 1, 2009 thru September 30, 2010 Price for one year:______________ Option Year 3: October 1, 2010 thru September 30, 2011 Price for one year:_______________ Option Year 4: October 1, 2011 thru September 30, 2012 Price for one year:_______________ Examples of such test are listed below. Naval Hosptial Twentynine Palms will deliver the items to be tested to the contractor facilities laboratory. The Results will be called into the Naval Hosptial with a hard copy faxed to ( 760) 830- 2159. Ordering Officers: LCDR Breault and Donna Landry. The test to be provide will include, but, are not limited to: CPT CODE TEST 82375 CARBOXYHEMOGLOBIN 80202 VANCOMYCIN LEVEL 83874 MYOGLOBIN 85384 FIBRINOGEN 83930 OSMO, SERUM 82140 AMMONIA 80170 GENTAMYCIN LEVEL 83880 B-TYPE NATRIURETIC PEPTIDE (BNP) 85379 D-DIMER, QUANTITATIVE 86140 C- REACTIVE PROTEIN (CRP) The following FAR provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration(OCT 2003); 52.212-4 Contract Terms and Conditions Commercial Items (SEP 2005); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2006) with the following clauses incorporated in sections (a) 52.333-3 Protest After Award (AUG) 1996) (31 U.S.C. 3553), 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77,108-78), (b) 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006) (E.O. 13126, 52.222-21 Prohibition of Segregated Facilities (FEB 1999), 52.222-26 Equal Opportunity (APR 2002) (E.O. 11246), 52.225-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001) (38 U.S.C. 4212), 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Vetrans (DEC 2001) (38 U.S.C. 4212), 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assts Control of the Department Treasury, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration 9OCT 2003) (31 U.S.C. 3332); 52.252-2 Clauses Incorporated by Reference (FEB 1998); 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAY 2006) with the following clauses incorporated in section (a) 252.225-7001 Buy American Act and Balance of Payments Program (JUN 2005) (41 U.S.C. 10a-10d, E.O. 10582), 252.232-7003 Electronic Submission of Payment Request (MAY 2006) (10 U.S.C. 2227); 52.212-3 Offeror Representatioins and Certifications-Commercial Items (MAR 2005); 52.212-1 Solicitation Provisions Incorporated by Reference (FEB 1998). Execise Options : 52.217-8 Option to Extend Services( As prescibed in 17.208 (F), insert a clause substantially the same. 52,217-9 Option to Extend the Term of the Contract Quotations will be evaluated based on product compatibility, deliverable and price. Product compatibility and deliverable and price when combined is more important than price. Award will be made on an “all or none” basis. The government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005). Offeror must be registered to the Central Contractor Registration (CCR) prior to award. The website address is www.ccr.gov. A Dunn and Bradstreet number is required to register. Fax or E-mail your quote to Joyce M. Claridy on or before close of business on 28 September 2007.. Fax number 619-532-5596. E-mail: joyce.claridy@med.navy.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DON/BUMED/N00259/N0025907T0384/listing.html)
- Record
- SN01410409-F 20070920/070919144156 (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 |