Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 13, 2008 FBO #2299
MODIFICATION

Q -- MEDICAL LABORATORY TESTING

Notice Date
3/11/2008
 
Notice Type
Modification
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
USPFO for Louisiana, 495 3rd Street, Camp Beauregard, Pineville, LA 71360
 
ZIP Code
71360
 
Solicitation Number
W912NR-08-A-0018
 
Response Due
3/28/2008
 
Archive Date
5/27/2008
 
Point of Contact
Patti Woods, 318-290-5988
 
E-Mail Address
Email your questions to USPFO for Louisiana
(patti.woods@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
A market survey is being conducted to locate SBA certified HubZone; 8(a); SDVOSB, small local business contractors, who are deemed qualified to provide all management, labor, material, equipment, certifications and supplies necessary to provide all l isted services in a HIPAA, Privacy Act, OSHA & ADA compliant laboratory. Services shall include the following: Complete Blood Count (CBC), Lipid Profile, glucose, Serum Qualitative Pregnancy Test, Pap Smears, Prostate Specific Antigen (PSA), Blood Typing, Hepatitis Panel, HbA1c, and G6PD. The services shall be consistent with standards found within AR 40-501. Accomplishment of these services will allow the LAARNG to meet DoD-mandated medical laboratory requirements, and will ensure that members of the LAARN G remain mission ready. The samples will be drawn by credentialed MEDCOM personnel at the Gillis Long Carville, LA and the Camp Beauregard, Pineville, LA MEDCOM sites. The vendor must provide all necessary forms for processing and any required testing supp lies. These supplies shall be delivered to both the MEDCOM (GWLC) and MEDCOM Detachment (Camp Beauregard) locations. Distribution of testing supplies will be the responsibility of the Medical Detachment MedLog NCO. The vendor mush posses an OSHA-Complia nt Laboratory Practice. The vendor must provide the MEDCOM Detachment location in Pineville, LA with either a computer terminal/printer or web-access in order to view lab results. The contractor has established a safety and health program in accordance wi th the standards of the Federal Occupational Safety and Health Standard (OSHA), Health Information Portability and Accountability Act (HIPPA), and The Privacy Act. This Statement of Work is UNCLASSIFIED and under HIPAA regulations. Contractor shall noti fy the contracting officer if requirement exists for secret classification and circumstances requiring secret classification for Readiness impact reporting. The contractor shall adopt a quality assurance program that monitors all services being provided. The program must be approved by the LAARNG. Security Requirements: The contractor will comply with all installation security requirements. Contractor status shall be validated at the front gate. The following information must be made available: Valid Company I.D., Valid Drivers License, Proof of Automobile Insurance. The lab results must be received NLT 48 hours after submission of samples. For example, if samples are picked up at 1600 Monday, then the results must be received NLT 1600 Wednesday. Th e vendor must be able to support SRP events as they occur. The support may involve such things as additional testing supplies, and the ability to pick-up samples on a daily basis, if required. Contractor will consolidate all laboratory services performed on an individual event basis and submit an invoice to the Louisiana State Surgeons office for certification and payment processing. All work performed, all materials and tasks data to be submitted under this task will be made available to be inspected fo r compliance with the Scope of Work and accepted by the Contracting Officers Representative (COR). The Government intends to establish multiple Blanket Purchase Agreements with selected vendors and rotate requirements accordingly. The contract duration wi ll be issued for a period of one-year (to include 4 option years). Contractors are encouraged to accept the Government Purchase Card for payment. In order to be considered for these services the contractor must have relevant experience, which is defined a s a) working as the prime contractor; b) completing or in the process of performing similar services, within the last five (5) years; and c) projects must be of similar scope. All contractors interested in performing these services must submit a written re sponse to this office by email to COL Patti D. Woods, 318-290-5988 or patti.woods@us.army.mil. Alternate is 1LT Chad Travis, 318-290-5981 or chad.travis@us.army .mil not later than 28 March 08, 1100 CST. The responses shall include 1) identification of the appropriate business classification (to include 8(a), HubZone or SDVOSB, or small business (using NAICS code is 621511 @ $12.5 million.), 2) past experien ce; to include a brief description of similar services performed 3) capability to provide services and 4) a statement verifying that the prime contractor will physically perform at least 20% of the work. 4) Price list for lab tests.This is a 100% total sma ll business set-aside. All prospective contractors must be registered in the Central Contractor Registration Database (CCR) (www.ccr.gov). If you are not registered you may request an application through the CCR website at http://www.ccr.gov. This is NOT a request for proposal and does not constitute any commitment by the contractor or Government to perform these services. Responses to this notice will only be used by the Government to make appropriate acquisition decisions. The execution of this projec t is subject to availability of Federal Funds.
 
Place of Performance
Address: USPFO for Louisiana 495 3rd Street, Camp Beauregard Pineville LA
Zip Code: 71360
Country: US
 
Record
SN01529612-W 20080313/080311224634 (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 |
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.