Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2012 FBO #3949
SOLICITATION NOTICE

Q -- LAB AND RADIOLOGY SERVICES

Notice Date
9/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
N68094 Naval Hospital Camp Pendleton P.O. Box 555191 Camp Pendleton, CA
 
ZIP Code
00000
 
Solicitation Number
N6809412T0050
 
Response Due
9/26/2012
 
Archive Date
10/11/2012
 
Point of Contact
Denise Bond 760-763-5735
 
Small Business Set-Aside
N/A
 
Description
Description: This is a combined solicitation/synopsis for commercial/service, prepared in accordance with the format in FAR 13.106-1(b) as supplemented with additional information included in this notice. This announcement constitutes only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number, N68094-12-T-0050 is issued as a request for quotation (RFQ). The North American Industry Classification System (NAICS) Code for this acquisition is 622110; Size: 500. All interested bidders shall submit quotations electronically by email to denise.bond@med.navy.mil or by facsimile at 760-725-1485, attention Denise Bond. E-mail submissions are limited to 2MB. The submitter should confirm receipt of facsimile and email submissions. Quotations are due on or before 26 September 2012, 0800AM Pacific Standard Time to be considered responsive. CLIN 0001 Laboratory and Radiology services QTY 12 Months $__________ Period of Performance 01 October 2012 thru 30 September 2013. As described by the enclosed Statement of Work. Contractor must be registered to the Central Contractor Registration (CCR) prior to award. The website address for CCR registration is www.ccr.gov. Contractor SHALL complete FAR 52.212-3, Offeror Representations and Certifications-Commercial items, when submitting a proposal. The website address is http://www.arnet.gov. SERVICE ADDRESS: NAVAL HOSPITAL CAMP PENDLETON OCCUPATIONAL HEALTH CAMP PENDLETON, CALIFORNIA 92055 The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration (APR 2008) 52.212-1 Instruction to Offerors-Commercial Item (APR 2008) 52.212-2 Evaluation Commercial Items (JAN 1999) Significant evaluation factors: (i) technical capability: Meet the Performance Work Statement/Statement of Work and meet the Government requirements; (ii) Past performance; (iii) price in descending order of importance. Technical and past performance, when combined, are equal to price. 52.212-3 Offeror Representations and Certification--Commercial Items (MAY 2008) 52.212-4 Contract Terms and Conditions--Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (JUL 2010) 52.219-1 Small Business Program Representations (MAY 2004) 52.222-3 Convict Labor (JUN 2007) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2006) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2002) 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEP 2006) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.232-36 Payment by Third Party (MAY 1999) 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated By Reference (FEB 1998) 252.204-7004 Alternate A, Central Contractor Registration (SEP 2007) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2010) 252.225-7001 Buy American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) 252.232-7003 Electronic Submission of Payment Requests (MAR 2007) The Government will award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The following factors to be used to evaluate offers: Technical Capability shall meet Statement of Work/Performance Work Statement. Technical capability, past performance, and price, when combined, are significant evaluation factors that will be used to arrive at a best value award decision. Contractors/offerors who do not meet the first two factors will not undergo a price evaluation. The proposed contract is restricted to domestic sources under the authority of (FAR 6.302-3.) Foreign sources, except Canadian sources, are not eligible for award. 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 (May 2008.) 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. Email your quote to Denise Bond on or before 08:00AM Pacific Standard Time on September 26, 2012. Email: denise.bond@med.navy.mil Submitter should confirm receipt of email submissions. PERFORMANCE WORK STATEMENT Purpose: To provide continuity in the collection and analysis of biological specimens and the filming of diagnostic x-rays between the Occupational Health Detachment at Marine Corps Logistic Base, Barstow area, California. The contractor shall ensure services performed under this contract/task order are fully compliant under the Health Insurance Portability and Accountability Act (HIPAA). The contractor shall protect patient privacy and security in the use and disclosure of protected health information. Contractor employees performing services under this order will be controlled, directed, and supervised at all times by management personnel of the contractor. Contractor shall represent an acceptable malpractice risk to the Government. Period of Performance: 01 October 2012-30 September 2013 The Hospital shall provide these services to include: 1. Collection of biological samples (blood and urine) by certified laboratory technicians Monday through Friday except on holidays from 0730 to 1600. Specimens shall be collected from each individual for specified tests as ordered by the Occupational Health Detachment in accordance with medical surveillance and certification program requirements. See enclosure (1). 2. Analysis of collected biological specimens shall be completed by The Hospital ™s Laboratory Department for each test ordered and results must be provided within twenty- four hours. Hard copies of results of all diagnostic results shall be transmitted electronically by fax or electronic messaging to the Occupational Health Detachment. 3. In any emergent or STAT situation, results must be provided within one to two hours of collection. 4. The Occupational Health Unit shall be notified immediately by telephone of any abnormal (high risk) results. 5. All radiological films must be obtained by a certified radiology technician and must be read and interpreted by a board a certified radiologist Monday through Friday except on holidays from 0730 to 1600. X-ray films shall be conducted for each individual as ordered by the Occupational Health Detachment. 6. Contractor ™s Radiology Department shall have films screen radiography (FSR) capability to obtain chest x-rays for CURRENT asbestos workers as required. For PAST asbestos workers, either FSR or digital chest x-rays (whether digital or computed radiography) may be used for medical surveillance. For current workers, all FSR chest x-rays must be on 14  x 17  film. For past workers, the digital x-rays must be printed full size onto 14 ™ by 17 ™ film for B-reading. Copies of all asbestos chest x-rays must be provided to the Occupational Health Detachment for B-reading and filing as required by OSHA Asbestos Standard 29 CFR Section 1910.1001 and OPNAVINST 5100.23 Series. 7. Asbestos chest x-rays must be obtained according to Imaging System and X-ray Technique Recommendations. See enclosure (3) 8. During working hours (Monday through Friday, 0730-1600), injured and/or ill Marine Corps Logistic Base employees reporting to the Barstow area Hospital for x-rays shall have wet readings completed and results provided to the Occupational Medicine Physician as soon as reasonably possible but no later than one hour after x-rays are completed. Results shall be conveyed either by telephone or written note. 9. Copies of x-rays shall be provided to Marine Corps Logistic Base employees upon request as needed for specialty referrals. Parameter Recommendation or Requirement Film Medium or high speed Screen or high speed Grid Ratio 8:1 or 12:1 Lines/inch 100 “ 103 Focal Film Distance 72 inches Film Size 14 inches X 17 inches Film Holder Adjustable; cassette capable og being positioned vertically or horizontally Projection Posterior-anterior chest Anode Rotating Focal spot size Maximum 2 millimeters Filtration Minimum 2.5 millimeters aluminum Time a. Less than 1/20 second b. 1/10 second if single pahse and less generator capacity than 300 milliamperes at 125 kilovolt peak or patient greater than 28 centimeters Milliamperes 300 or greater Kilovoltage 120 or greater NHCP Contracting Officer Information: Domingo B. Custodio, Jr. Contract Admin Division Officer Supervisory Contract Specialist Contracting Officer Naval Hospital, Camp Pendleton, CA 92055-5191 Tel: (760) 725-1204 Fax: (760) 725-1485 Pager: (760) 293-0536 DSN: 365-1204 E-Mail: Domingo.Custodio@med.navy.mil NHCP Occupational Health Info: Benjamin DeGuzman Occupational Health Dept PH: (760)725-1048 E-Mail: benjamin.deguzman@med.navy.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/BUMED/N68094CP/N6809412T0050/listing.html)
 
Record
SN02882842-W 20120916/120914235608-963f3cc956a7dda891de836fa92c3e12 (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.