Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2008 FBO #2399
SOLICITATION NOTICE

A -- Donor Panel Testing Combined Synopsis/Solicitation

Notice Date
6/19/2008
 
Notice Type
Presolicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK PHILADELPHIA OFFICE, N00189 FISC NORFOLK, PHILADELPHIA OFFICE 700 Robbins Avenue, Building 2B Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N0018908Q2041
 
Response Due
7/17/2008
 
Archive Date
7/17/2008
 
Point of Contact
Lauren Lauver 215-697-5023 Lauren Lauver lauren.lauver@navy.mil
 
Small Business Set-Aside
N/A
 
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 under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on NECO (http://www.neco.navy.mil/ ). The RFQ number is N00189-08-Q-2041. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-26 and DFARS Change Notice 20080513. 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: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 621511 and the Small Business Standard is $12.5 million. This is a follow on contract to N00140-06-M-0014. The Period of performance is from 01 October 2008 through 30 September 2009, plus two one-year options ending 30 September 2011, if all options are exercised. This is a competitive, unrestricted action. This is NOT a small business set-aside. The FISCN Philadelphia Office requests responses from qualified sources capable of providing the following Contract Line Item Numbers (CLINs): CLIN 0001: Donor Panel Tests (Quantity: 8500) (Price Should Include Entire Panel)Cpt Code: 86703, Antibody to HIV 1 / HIV 2.Cpt Code: 87340, Hepatitis B Surface Antigen.Cpt Code: 86704, Antibody to Hepatitis B Core Antigen.Cpt Code: 86790, Antibody to HTLV 1 / HTLV 2.Cpt Code: 86592, a Serologic Test to Syphilis.Cpt Code: 86803, Antibody to Hepatitis C Virus 2.0.Cpt Code: 86900 / 86901: ABO & Rh Typing.Cpt Code: 86644: Anti Cytomegalovirus (CMV) EIA Screen. CLIN 0002: Supplemental Testing (Provide Price for each test within CLIN 0002) Chg Code: 532R, Hepatitis B Surface Antigen (Neut). Quantity of 30 eaChg Code: 533P, Anti-HCV RIBA 30. Quantity 50ea.Chg Code: 533R, Anti HIV 1 Western Blot. Quantity 20 Ea.Chg Code: 533S, Anti HTLV 1 / HTLV 2 EIA. Quantity 30ea.Chg Code: 533U, Anti HIV 2 EIA. Quantity 20 ea.Chg Code: 544M, Syphillis. Quantity 30 ea.Chg Code: 548N, HTLV 1 Immuno Blot. Quantity 30 Ea.Chg Code: 5594, Donor Antibody Identification. Quantity 24 ea. STATEMENT OF WORK: The contractor shall maintain and provide to Naval Hospital Great Lakes current and valid Government licenses, permits, and approvals as required under the FDA, CAP/CLIA and AABB at time of award to perform the required blood testing services (refer to sections 5 & 6, Licensure and Testing Compliance & Quality Assurance, Books and Records for further details). The contractor shall pick up (at the contractors expense) prospective donors/patients blood, plasma or other blood component samples from Naval Hospital Great Lakes as requested throughout the week, exclusive of Federal Holidays, for testing at a mutually agreed upon time, but no less than once a week, with additional pick-up times provided throughout the course of the week as required. The contractor shall notify Naval Hospital, Laboratory Department, Great Lakes, Illinois of any damaged samples, inadequate documentation or other problems. The contractor shall review and reconcile test results and report them by fax or other mutually agreed upon method by noon of the day following sample receipt to Naval Hospital Great Lakes (historically samples are picked up on Monday and initial test results faxed by noon on Tuesday). The contractor shall deliver a hard copy of the initial test results to Naval Hospital Great Lakes within 7 days following sample receipt. If results are reactive, a supplemental test shall be performed. The contractor shall report the supplemental test results (performed in duplicate) on initially reactive samples to Naval Hospital Great Lakes by fax or other mutually agreed upon method within 24 hours after the results have been received. The contractor shall report the results on supplemental tests to Naval Hospital Great Lakes by certified letter or other mutually agreed upon method within 10 business days following receipt of repeat supplemental results. In event that the contractor is unable to perform testing in a timely manner due to significant equipment, reagent or regulatory causes, the contractor shall ship the Naval Hospital Great Lakes samples, at the contractors expense, to an acceptable laboratory site of Naval Hospital Great Lakes choosing. The following FAR provision and clauses are applicable to this procurement: 52.212-1, Instructions to Offerors - Commercial Items, 52.212-2, Evaluation - Commercial Items is applicable to this procurement. Evaluation criteria are as follows: Past Performance and Price. Past Performance is considered more important than price. 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (b) (1), (16) through (24), and (36). Additional contract terms and conditions applicable to this procurement are: 252.212-7000, Offeror Representations and Certifications - Commercial Items and 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including the following clauses under paragraph (b) of DFARS 252.212-7001 apply: 52.203-3; 252.232-7003; 252.243-7002; and 252.247-7023. Quoters shall include a completed copy of 52.212-3 and its ALT I and 252.212-7000 with quotes. All clauses shall be incorporated by reference in the order. The quoter shall submit, as part of its quote, information on a maximum of three previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be limited to the contract number, name and address of the organization for which the product was supplied and services were performed and the name, (phone number and email address) of a contact for each contract listed. The quoter should not describe past performance history in the quote. The information should include, however, discussion of any major problems encountered on the contracts listed and the corrective actions taken to resolve them. The information may also include a description of any quality awards earned by the quoter. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. However, the quote of a company with no relevant past performance history, while not rated favorably or unfavorably for past performance, may not represent the most advantageous quote to the Government and thus, may be an unsuccessful quote when compared to the responses of other quoters. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. The assessment of the quoters past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, business size, and payment terms. This announcement will close at 1400 EST on 17 July 2008. Questions may be submitted to Lauren Lauver who can be reached via email at Lauren.lauver@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Quotes can be submitted via mail or email. Quotes are limited to 10 pages. MAIL QUOTES TO: FISC Norfolk Contracts Department, Philadelphia OfficeATTN: Lauren Lauver Code 280.3X RFQ: N00189-08-Q-2041700 Robbins Avenue, Bldg 2BPhiladelphia, PA 19111
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=049c157e9b9f67537de64ddbf278c1d4&tab=core&_cview=1)
 
Record
SN01596969-W 20080621/080619221315-d887f1ec2476350f7d153643655c35ba (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.