Federal Bid

Last Updated on 20 Dec 2017 at 7 PM
Combined Synopsis/Solicitation
Location Unknown

Pulmonary Function Testing

Solicitation ID 693JF717Q00021
Posted Date 04 May 2017 at 7 PM
Archive Date 20 Dec 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office 693jf7 Dot Maritime Administration
Agency Department Of Transportation
Location United states
The Office of Health Services (OHS) located in Patten Hall at the United States Merchant Marine Academy (USMMA) a qualified, licensed and insured contractor to perform on site Pulmonary Function Testing of all incoming Plebe Candidates. The purpose of this testing is to determine respiratory fitness of incoming Plebe Candidates for the wearing of re-breathable air masks during firefighting operations & training.

USMMA will require assistance in providing an OSHA required medical clearance questionnaire and screening to be performed by NIOSH trained technician(s). Results of all testing will have a 72 hour turn-around time on testing results.

All providers will meet or exceed the standards for ATS - American Thoracic Society, OSHA and NIOSH National Institute for Occupational Safety and Health. Providers must be able to provide interpretation, measurement, predicted values and graphs in digital data.

The successful firm submitting a quote will provide respiratory clearance questionnaires in advance for distribution to plebes for completion prior to PFT. Questionnaires must be provided to USMMA for distribution to incoming Plebe Candidates within 7 days after award. Completing the questionnaire prior to arrival will make the pulmonary screening by groups more time

The solicitation number: 693JF717Q00021 to provide pulmonary function testing at the United States merchant Marine Academy in Kings Point, New York.  This is being issued as a Request for Quote (RFQ)

In accordance with Federal Acquisition Regulation (FAR) clause 52.252-2; the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular. Applicable FAR clauses are incorporated by reference and may be viewed on the following website (s)
https://www.acquisition.gov/
https://www.acquisition.gov/far/index.html
http://www.dm.usda.gov/procurement/policy/agar_x/agarbase/index.html 

This requirement is being issued as a Small Business Set set-aside in accordance with Federal Acquisition Regulation (FAR) 52.219-6. In accordance with Agricultural Acquisition Regulation (AGAR )452.219-70 Size Standard and NAICS Code Information:

 The North American Industrial Classification System Code(s) and business size standard(s) describing the products and/or services to be acquired under this solicitation is listed below:

NAICS Code 621511 Medical Laboratories. Size Standard $32.5 million

Description of requirements for the items to be acquired:  Firm Fixed Priced requirement for the U. S. Merchant Marine Academy, Kings Point, NY, in accordance with the attached Statement of Work.  Pricing shall include all costs necessary to accomplish the services in the statement of work (including but not limited to: overhead, general and administrative, profit, insurance, transportation, labor hours, equipment and supplies).  Provide an estimated period of performance to complete each project.

Prior to the award of the contract:  The vendor and subcontractors must be registered and active in the Systems for Award Management (SAM) www.SAM.gov.  

 Location of Services:
U. S. Merchant Marine Academy
300 Steamboat Road
Kings Point, NY  11024

The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to trade off non-price factors with price. The following factors shall be used to evaluate offers:

 •a.     Technical Qualifications

 •b.     Past Performance

  •c.    
Price

When combined technical qualifications and past performance are slightly more important than price.

Past performance from three (3) recent contracts. Past Performance Questionnaires should be sent directly from the contractor's current or recent clients to both e-mail addresses below by the closing date. Past performance questionnaires sent from the contractor will not be accepted

 [email protected]

 [email protected]

The date and time proposals are due is: noon on May 17, 2017 (Washington DC time)

ATTENTION:  DBE Certified or SBA Certified under Section 8(a) Small Disadvantaged Business; HUBZONE Empowerment Contracting Program; and Service-Disabled Veterans-owned business!  The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts.  Maximum line of credit is $750,000 with a variable interest rate tied to the Prime Rate published in the Wall Street Journal.  For further information, call 1-800-532-1169.  Website DOT Short-Term Lending Program.

 Submit all questions and quotes via email to both:

 [email protected]

 [email protected] 

 Contact information:

 Donald E. Coonan
Contract Specialist
Maritime Administration
1200 New Jersey Ave. W26-443
Washington, D. C. 20590
(202) 366-1737
[email protected]

DOT-Maritime Administration
Attn: Judy Bowers
Team Lead/Sr. Contracting Officer
1200 New Jersey Avenue, SE., W26-418
Washington, DC  20590
Ph# 202-366-1913
[email protected]

Bid Protests Not Available

Similar Past Bids

Location Unknown 01 May 2017 at 9 PM
Wright patterson air force base Ohio 23 Mar 2010 at 2 PM
Center Kentucky 07 Aug 2019 at 4 PM
Call Texas 01 Jul 2021 at 4 AM
Location Unknown 10 Jul 2024 at 4 AM