Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2010 FBO #3038
SOLICITATION NOTICE

Q -- Urinalysis Services

Notice Date
3/18/2010
 
Notice Type
Presolicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Administrative Office of the U. S. Courts, AO-Office of Internal Services, Procurement Management Division, One Columbus Circle, NE, Suite 3-250, Washington, District of Columbia, 20544
 
ZIP Code
20544
 
Solicitation Number
USCA10R0063
 
Point of Contact
Bill T Heyward, Phone: 202-502-1234
 
E-Mail Address
bill_heyward@ao.uscourts.gov
(bill_heyward@ao.uscourts.gov)
 
Small Business Set-Aside
N/A
 
Description
This solicitation requires urinalysis testing services for drugs of abuse to United States Probation and Pretrial Services Offices in two regions within the contiguous United States, Alaska, Hawaii, Puerto Rico, Guam, and the Virgin Islands. The collection of specimens will be performed by the probation and pretrial services office and/or their treatment vendors, as such, no collection services will be part of this contract. Presently, 94 districts utilize the urinalysis services provided under the current contract. The 94 districts will be divided into two regions which will be identified in the solicitation. The Contractor shall certify that all procedures tested and verified by the Government are the same at all testing locations used to provide services under this contract. The Contractor shall provide the full range of urine testing and support and have the capacity to provide services for both of the regions, if needed, to allow the Government flexibility should one of the regions experience performance problems. The Contractor shall have current Department of Health and Human Services (HHS) certification that evaluated accessories, equipment, and supplies that will be used in providing services under this contract. This requirement shall not be waived, and the certification shall not be substituted by certification from any other government or private entity (e.g. CAP, CLIA). The contract awarded will be a fixed price contract, indefinite delivery, indefinite quantity contract (IDIQ). Anticipated performance is for one base period and four-one year periods at the option of the Government. The contract does not have a set-aside requirements for small, service-disabled veterans, minority or woman-owned, or other businesses that can be classified under Government procurement set-aside definitions. A bidders list will not be maintained. Interested contractors should register with fedbizops to receive notifications regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AOUSC/OIS/WashingtonDC/USCA10R0063/listing.html)
 
Place of Performance
Address: Nationwide, United States
 
Record
SN02097140-W 20100320/100318235938-f83eede5b12a4f937cbce28f6c6325c9 (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.