|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 23,1999 PSA#2439Fleet & Industrial Supply Center, Regional Contracts Dept, Attn: Bid
Officer/Code 210A94, 937 N. Harbor Drive, Suite 212, San Diego, CA
92132-0212 Q -- CLINICAL LABORATORY TESTING FOR NAVAL BRANCH CLINIC, BRIDGEPORT,
CA SOL N00244-99-T-B535 DUE 092799 POC 11. Point of Contact is Gwen
Young, Contract Specialist at 619-532-2890; FAX 619-532-2347; email
gwen_young@sd.fisc.navy.mil WEB: Click here to find out about
additional contracting, http://www.neco.navy.mil. E-MAIL: Click here to
contact the Contract Specialist via, gwen_young@sd.fisc.navy.mil.
IMPORTANT NOTICE: DFARS 252.204-7004 "Required Central Contractor
Registration" applies to all solicitations issued on/after 6/1/98. Lack
of registration in the CCR database will make an offeror/quoter
INELIGIBLE FOR AWARD. Please ensure compliance with this regulation
when submitting your quote. Call 1-888-227-2423 or visit the Internet
at http://www.ccr2000.com/ for more information. This announcement is
published as a Total Small Business Set-Aside action per FAR 52.219-1
and 52.219-6; all eligible, responsible sources may submit an offer.
This is a combined synopsis/solicitation for commercial items/services
prepared in accordance with FAR 13 and the format in FAR Subpart 12.6,
as supplemented with additional information included in this notice.
Solicitation number/RFQ N00244-99-T-B535 applies; this announcement
constitutes the ONLY solicitation, quotes are being requested and A
SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation
document and incorporated provisions and clauses arethose in effect
through all Federal Acquisition Circulars and Defense Federal
Acquisition Regulations Supplement 1998 Edition including updates
through today's date. The standard industrial code is 8071 And the
business size standard is $5.0 million (annual sales). The agency need
is for a contractor to 1) provide clinical laboratory testing not
routinely available at the Naval Hospital Branch Clinic (NHBC),
Bridgeport, CA. NHBC IS LOCATED IN A REMOTE AREA OFF STATE HIGHWAY 108,
APPROXIMATELY 30 MILES SOUTH OF THE NEVADA BORDER. TESTS MUST BE PICKED
UP BY THE LABORATORY'S COURIER. Tests shall be performed using blood,
urine, serum, body fluids, or stool samples as appropriate. 2) Courier
service shall be provided by the contractor at no additional cost. The
unit price of each test shall include courier service for pickup of
specimens at the NHBC Lab and delivery of specimens to the contractor's
laboratory a minimum of once daily, within a 24-hour period, Monday
through Friday, between the hours of 8:00 AM and 4:00 PM, Federal
holidays excluded. 3) All test results shall include the following
information: a. Performing Laboratory Identification/Name; b. Patient's
Name; c. Test Name and Identification Number; d. Expected normal value.
4) Delivery Time of Results: a. NHBC personnel will deliver STAT or
Urgent tests to Contractor. Contractor must have facility located
within 120 miles, that will accept delivery of these tests delivered by
our personnel and have the capability to report by telephone the
results of those tests within two (2) hours of receipt of the specimen.
Results of STAT/Urgent tests shall then be followed up with written
test results within two (2) weeks of receipt of the specimen. b.
Results of other than STAT tests shall be communicated in writing to
the NHBC Lab within two (2) weeks of receipt of the specimen. 5)
Contractor will supply all material needed for specimen collection and
transport at no additional cost. This includes, but not limited to,
blood collection tubes, multi-sample needles, holders, sterile
containers, etc. 6) Invoices must include patient's name with each
test. 7) LICENSING / ACCREDITATION. The laboratory at which medical
testing services shall be performed under the resulting contract shall
meet the following requirements for accreditation: a. The laboratory
shall be accredited by the College of American Pathologists, a State or
Regional Reference Laboratory, or licensed under the Clinical
Laboratory Improvement Act of 1988. Proof of accreditation of the
contract laboratory must be submitted with the quote; b. The laboratory
shall successfully participate in the College of American Pathologists
comprehensive survey program; c. The laboratory shall have a Federal
Identification Number issued by the Center for Disease Control; d. All
subcontracted referral facilities utilized by the primary contractor
shall also meet the above accreditation requirements. 8) PRIOR WRITTTEN
PERMISSION REQUIRED FOR ALL SUBCONTRACTS. None of the services required
by this contract should be subcontracted to, or performed by persons
other than the contractor or the contractor's employees without the
prior consent of the Contracting Officer. 9) REQUIRED STANDARD OF
WORKMANSHIP. The quality of all services rendered under the resulting
contract shall conform to the highest standards of the laboratory
professions. All services shall be rendered by or supervised by
individuals fully qualified and licensed as required by law. 10)
DESIGNATION OF REQUIRING ACTIVITY POINT OF CONTACT. The following
individual is designated as the Requiring Activity Point of Contact:
(to be provided upon award). As such, this individual is responsible
for the certification of invoices, receipt of test results,
communication with the contractor regarding pick-up of specimens, and
any other logistics pertaining to the services required under this
contract. 11) Billing to be monthly in arrears. A firm/fixed price
Indefinite Delivery Type Contract (Indefinite quantity) for the
quantities reflected in the following list is anticipated. 0001. BASE
YEAR 1 OCTOBER 1999 through 30 SEPTEMBER 2000: SERVICES AND MATERIALS
TO PERFORM INDIVIDUAL TESTS FOR THE BRANCH CLINIC, BRIDGEPORT, CA
0001AA. ACUTE HEPATITIS PANEL consisting of the following tests:
Hepatitis A Antibody-IGG/IGM, Hepatitis B Core Antibody, Hepatitis B
Surface Antigen minimum qty 5 each/maximum qty 60 each. 0001AB. BASIC
METABOLIC consisting of the following tests: BUN, CO2, Chloride,
Creatine, Glucose, Potassium, Sodium minimum qty 60 each/maximum qty
120 each. 0001AC. CHEM 10 consisting of the following tests: BUN, CO2,
Chloride, Creatine, Glucose, Potassium, Sodium, Calcium, Phosphorus,
Magnesium -- minimum qty/maximum qty 60 each. 0001AD. COMP METABOLIC
PANEL consisting of the following tests: BUN, A/G Ration, CO2, Albumin,
Chloride, ALK Phosphate, Creatine, ALT, Glucose, AST, Potassium,
Bilirubin, Sodium, Cholesterol, Calcium, LD, Phosphorus, Protein,
Magnesium, Triglyceride, Uric Acid -- minimum qty/maximum qty 60 each.
0001AE. HEPATITIS B EVAL consisting ofthe following tests: Hepatitis
B Core Antibody, Hepatitis B Surface Antibody, Hepatitis B Surface
Antigen -- minimum qty 10 each/maximum qty 60 each. 0001AF. LFT PANEL
consisting of the following tests: ALKP, ALT/AST, Bilirubin, Albumin,
Total Protein -- minimum qty 60 each/maximum qty 120 each. 0001AG.
LIPID PANEL consisting of the following tests: Cholesterol,
Triglycerides, HDL, LDL, Cholesterol/HDL Ratio -- minimum qty 100
each/maximum qty 240 each. 0001AH. PHYSICAL EXAM PROFILE consisting of
the following tests: Glucose, Lipid Panel, HIV, RPR -- minimum qty 80
each/maximum qty 120 each. 0001AJ. STD PANEL consisting of the
following tests: RPR, HIV, GC/CHLD DNA Probe, HSV 1 & 2 IGG/IGM --
minimum qty 20 each/maximum qty 60 each. 0001AK. THYROID PANEL
consisting of the following tests: TSH, Free T4 -- minimum qty 20
each/maximum qty 60 each. 0001AL. HIV -- minimum qty 100 each/minimum
qty 300 each. 0001AM. RPR -- minimum qty 100 each/maximum qty 120 each.
0001AN. PSA -- minimum qty 5 each/maximum qty 24 each. 0001AP.
Helicobactor Pylori -- minimum qty 5 each/ maximum qty 24 each. 0001AQ.
ABO/RH -- minimum qty 3 each/ maximum qty 24 each. 0001AR. Pap Smear --
minimum qty 10 each/maximum qty 24 each. 0001AS. Thyroid Microsomal AB
-- minimum qty 5 each/ maximum qty 24 each. 0001AT. EBV -- minimum qty
20 each/maximum qty 24 each. 0001AU. Total T3 -- minimum qty 5
each/maximum qty 24 each. 0001AV. CMV -- minimum qty 5 each/maximum qty
24 each. 0001AW. Hep C Ab -- minimum qty 10 each/maximum qty 24 each.
0001AX. O&P -- minimum qty 10 each/maximum qty 24 each. 0001AY. Amylase
minimum qty 10 each/maximum qty 24 each. 0001AZ. Lipase -- minimum qty
10 each/maximum qty 24 each. 0001BA. CRP -- minimum qty 3 each/maximum
qty 24 each. 0001BB. ANA -- minimum qty 5 each/maximum qty 24 each.
0001BC. Hemoglobin A1C -- minimum qty 10 each/maximum qty 24 each.
0001BD. Apolipoprotein -- minimum qty 5 each/maximum qty 24 each.
0001BE. Sickle Cell -- minimum qty 2 each/maximum qty 24 each. 0001BF.
Ferritin -- minimum qty 10 each/maximum qty 24 each. 0001BG. TIBC --
minimum qty 10 each/maximum qty 24 each. 0001BH. Monospot -- minimum
qty 20 each/maximum qty 24 each. 0001BJ. 24 hr Urine Protein -- minimum
qty 5 each/maximum qty 24 each. 0001BK. Urine Drug Screen (NON-NIDA) --
minimum qty 2 each/maximum qty 24 each. 0001BL. ESR -- minimum qty 5
each/maximum qty 24 each. 0001BM. GGT -- minimum qty 10 each/maximum
qty 24 each. 0001BN. CA 125 -- minimum qty 3 each/maximum qty 24 each.
0001BP. Anaerobic Cultures -- minimum qty 2 each/maximum qty 24 each.
0001BQ. A1A -- minimum qty 5 each/maximum qty 24 each. 0001BR. I.D.
and Sensitivities For Micro -- minimum qty 20 each/maximum qty 24 each.
0001BS. Beta HCG -- minimum qty 10 each/maximum qty24 each. 0001BT.
Insulin Level -- minimum qty 10 each/maximum qty 24 each. 0001BU. FSH
-- minimum qty 10 each/maximum qty 24 each. 0001BV. LH -- minimum qty
10 each/maximum qty 24 each. 0001BW. Testosterone -- minimum qty 3
each/maximum qty 24 each. 0001BX. Prolactin -- minimum qty 5
each/maximum qty 24 each. 0001BY. Lyme AB -- minimum qty 2 each/maximum
qty 24 each. 0001BZ. CK -- minimum qty 10 each/maximum qty 24 each.
0001CA. LDH -- minimum qty 10 each/maximum qty 24 each. 0001CB. RF --
minimum qty 10 each/maximum qty 24 each. 0001CC. B12 -- minimum qty 5
each/maximum qty 24 each. 0001CD. Folate -- minimum qty 5 each/maximum
qty 24 each. 0001CE. Varicella -- minimum qty 15 each/maximum qty 24
each. 0001CF. MMR -- minimum qty 15 each/maximum qty 24 each. 0001CG.
Digoxin -- minimum qty 3 each/maximum qty 24 each. 0001CH. AFB Smear &
Culture -- minimum qty 5 each/maximum qty 24 each. 0001CJ. G6PD --
minimum qty 3 each/maximum qty 24 each. 0001CK. Iron -- minimum qty 10
each/maximum qty 24 each. 0001CL. Retic -- minimum qty 3 each/maximum
qty 24 each. 0001CM. ASO -- minimum qty 5 each/maximum qty 24 each.
0001CN. 24 hr Urine Creatinine -- minimum qty 3 each/maximum qty 24
each. 0001CP. CBC -- minimum qty 15 each/maximum qty 24 each. 0001CQ.
ETOH -- minimum qty 2 each/maximum qty 24 each. . 0001CR. Estradiol --
minimum qty 15 each/maximum qty 24 each. 0001CS. Blood Culture --
minimum qty 12 each/maximum qty 24 each. 0001CT. RAST -- minimum qty 1
each/maximum qty 24 each. 0001CU. Fluid PH -- minimum qty 1
each/maximum qty 24 each. 0001CV. Miscellaneous Tests not included in
listing (the government will establish a "Not To Exceed" amount.)
0001CW. Surcharge for STAT" Tests -- minimum qty 5 each/maximum qty 12
each. 0002 -- OPTION YEAR I 1 OCTOBER 2000 through 30 SEPTEMBER 2001:
SERVICES AND MATERIALS TO PERFORM INDIVIDUAL TESTS FOR THE BRANCH
CLINIC, BRIDGEPORT, CA. Items 0002AA through 0002CW {same as 0001AA
through 0001CW} respectively. 0003 -- OPTION YEAR II 1 OCTOBER 2001
through 30 SEPTEMBER 2002: SERVICES AND MATERIALS TO PERFORM INDIVIDUAL
TESTS FOR THE BRANCH CLINIC, BRIDGEPORT, CA. Items 0003AA through
0003CW {same as 0001AA through 0001CW} respectively. 0004 -- OPTION
YEAR III 1 OCTOBER 2002 through 30 SEPTEMBER 2003: SERVICES AND
MATERIALS TO PERFORM INDIVIDUAL TESTS FOR THE BRANCH CLINIC,
BRIDGEPORT, CA. Items 0004AA through 0004CW {same as 0001AA through
0001CW} respectively. The provision at FAR 52.212-1, Instructions to
Offerors-Commercial Items applies. Addendum -- Paragraph (b)(5): Offers
shall provide an express warranty which at a minimum shall be the same
warranty terms, including offers of extended warranties, offered to
the general public. Express warranties shall be included in the
contract. Addendum provisions FAR 52.247-45, F.O.B. Origin and/or
F.O.B. Destination Evaluation also applies. Clause 52.212-4, Contract
Terms and Conditions Commercial Items, applies as well as the following
addendum clauses: FAR 219-1, Small Business Program Representations;
FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.211-5,
Material Requirements; FAR 52.232-18, Availability of Funds; FAR
52.216-18, Ordering; FAR 52.216-19, Order Limitations; FAR 52-216-22,
Indefinite Quantity; FAR 52.217-4, Evaluation of Options Exercised at
Time of Contract Award; FAR 52.217-5, Evaluation of Options; FAR
52.217-6 Option for Increased Quantity, with Paragraph completed as
follows: " by written notice to the Contractor within 30 days"; FAR
52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the
Term of the Contract, with Para (a) completed as follows: " 15 days of
expiration of the contract " and Para (c) completed as follows: "
shall not exceed four (4) years." The clause at FAR 52.212-5, Contract
Terms and Conditions Required To Implement Statutes or Executive
Orders-Commercial Items applies with the following applicable clauses
for paragraph (b): FAR 52.222-26, Equal Opportunity; FAR 52.222-35,
Affirmative Action for Disabled Veterans and Veterans of the Vietnam
Era; FAR 52.222-36, Affirmative Action for Workers with Disabilities;
FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of
the Vietnam Era; and FAR 52.232-36, Payment by Third Party. DFARS
252.212-7001, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders Applicable to Defense Acquisitions of
Commercial Items, applies. The government intends to make a single
award to the responsible offeror whose offer is the most advantageous
to the government considering price and price-related factors, which
include licensing/accreditation. OFFERORS ARE REQUIRED TO COMPLETE AND
INCLUDE A COPY OF THE FOLLOWING PROVISION WITH THEIR PROPOSALS: FAR
52.212-3 Alt I, Offeror Representation and Certifications-Commercial
Items. Note: IMPORTANT INTERNET ADDRESSES: 1) Federal Acquisition
Regulations (FAR) at http://www.arnet.gov/far; 2) Defense Federal
Acquisition Regulation Supplement (DFARS) at
http://www.acq.osd.mil/dp/dars/dfars.html; and 3) Other federal/defense
links (e.g. Central ContractorRegistration On-line, Commerce Business
Daily On-Line) can be accessed on the Internet at
http://www.acq.osd.mil/dp (scroll down to the bottom of the page for
numerous links). Parties responding to this solicitation may submit
their quote in accordance with their standard commercial practices
(e.g. on company letterhead, formal quote form, etc.) but must include
the following information: 1) Company's complete mailing and
remittance addresses, discounts for prompt payment, if any (e.g. 1% 10
days), anticipated delivery/availability of product/s, the company's
CAGE Code, Dun & Bradstreet number (DUNS), Taxpayer ID number, and
COMPLETED FAR 52.212-3 Alt I. Reference Solicitation number on all
correspondence. In addition, if you are quoting on a comparable
commercial item, product literature must be included. Quotes must be
received no later than 5:00 PM, local time, 9/27/99, and will be
accepted via fax (619-532-2347) or via e-mail
(gwen_young@sd.fisc.navy.mil) ONLY. DO NOT mail. See Numbered Note(s)
1, 13. Posted 09/21/99 (W-SN382802). (0264) Loren Data Corp. http://www.ld.com (SYN# 0077 19990923\Q-0002.SOL)
Q - Medical Services Index Page
|
|