The proposed contract action is for supplies or services for which the Naval Medical Center San Diego intends to solicit with only one source, UCSD Medical Gentics under the authority of FAR 6.302. Interested contractors/persons may identify their interest and capability to respond to the requirement or submit quotations. This notice of intent is not a request for competitive quotations. However, all quotes received March 8 @ 12:00 p.m. Pacific Standard time, will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR subpart 12.6 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, N00259-05-T-0024 is issued as a request for quotation (RFQ). Offeror must complete Clause 52.212-3 Offeror Representations and Certification--Commercial Items , JAN 2004, and submit along with Quote. Period of Performance: April 1, 2005 through May 31, 2005. Naval Medical Center San Diego intends to award an Indefinite Delivery Type Purchase Order for Lab Mailouts per CLIN Description below.
0001 2 Months NTE $ Amount to be set by Government
Lab Mailouts (Offeror shall provide current price for the listed type of test). FOB: Destination
0002 2 Months NTE $ Amount to be set by Government
ReflexTest (Offeror shall provide current price for the listed type of test). FOB Dest
TEST NAME:
ROUTINE VENIPUNCTURE 36415
(ALPHA-FETO-PROTEIN) AMNIOTIC FLUID 82106
ACETYLCHOLINESTERASE 82013
MOL. DIAG. ISOLATION/EXTRACTION 83890
EXTRACTION 83891
EXTRACTION 83891
(NUCLEAR MOLECULAR DIAGNOSTICS) 83892
DOT BLOT HYB 83893
ELECTROPHORESIS 83894
PROBE NUCLEIC ACID 83896
PROBE NUCLEIC ACID 83896
SOUTHERN BLOT 83897
PCR 83898
PCR MULTIPLEX 83901
PCR MULTIPLEX 83901
REVERSE TRANS 83902
REPORT AND INTERPRETATION 83912)
TISSUE CX NON-NEOPLASTIC DISORDERS 88230
TISSUE CX NON-NEOPLASTIC DISORDERS 88230
TISS. CX SKIN OR SOLID TISS./NON-NEOPLASTIC 88233
AMNIOTIC FLUID OR CVS/NON-NEOPLASTIC 88235
TISS. CX NEOPLASTIC DISORDER/BONE MARROW 88237
88238
TISS. CX SOLID TUMOR 88239
88260
CHROMOSOME ANALYSIS, COUNT 5 CELLS, 1 KARYOTYPE WITH BANDING 88261
CHROMOSOME ANALYSIS, 1 5 -20 CELLS, 2 KARYOTYPES 88262 (15-20 CELL)
ANALYZE 20-25 CELLS 88264
88265
CHROMOSOME ANALYSIS, 15 CELLS, 1 KARYOTYPE 88267
(PLA6-12C) 88269
MOLECULAR CYTOGENETICS/DNA PROBE (EACH) 88271
MOLECULAR CYTOGENETICS/DNA PROBE (EACH) 88271
METAPHASE FISH, 3-5 CELLS 88272
METAPHASE FISH, 3-5 CELLS 88272
METAPHASE FISH, 10-30 CELLS (IN SITU HYBRIDIZATION) 88273
INTERPHASE FISH, 25-99 CELLS 88274
INTERPHASE FISH, 100-300 NUCLEI ANALYZED 88275
ADDITIONAL KARYOTYPE 88280
SPECIAL STAINS (NOR, C-Band, Q-Bands) 88283
ADDITIONAL CELLS COUNTED 88285
88288
INTERPRETATION AND REPORT 88291
99001 (SPECIAL HANDLING)
DNA ANALYSIS FOR ALPH THALASEMIA
The solicitation document and incorporated provisions and clauses are those in effect through FAC 2001-27. This acquisition incorporates the following FAR clauses:
52.212-1 Instruction to Offers- Commercial Item (JAN 2004)
52.204-7 Central Contractor Registration (Oct 2003)
52.212-3 Offeror Representations and Certification--Commercial Items , JAN 2004
52.212-4 Contract Terms and Conditions--Commercial Items OCT 2003
252.225-7002 Qualifying Country Sources As Subcontractors APR 2003
52.000-5006.1 Indefinite Delivery Type Purchase Order (IDTPO)
52.212-5 Contract terms and conditions required to implement statutes or executive orders--commercial items (Jan 2004)
52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78).
52.222-3, Convict Labor (JUNE 2003) (E.O. 11755).????
52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2004) (E.O. 13126).????
52.222-21, Prohibition of Segregated Facilities (FEB 1999).????
52.222-26, Equal Opportunity (APR 2002) (E.O. 11246).????
52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)
(38 U.S.C. 4212).
52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793).????
52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)
(38 U.S.C. 4212).
52.225-13, Restrictions on Certain Foreign Purchases (OCT 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129).
52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332).
52.216-18 Ordering (Oct 1995)
52.216-19 Odering Limitations (Oct 1995)
52.216-21 Requirements (Oct 1995)
52.252-2 Clause Incorporated by References (Feb 1998)
252.212-7001 Contract Terms and Conditions Required to implement statutes of executive orders applicable to Defense Acquisitions of commercial Items (Jan 2004)
252.204-7004 Alt A Required Central Contractor Registration Alternate A, NOV 2003
SUP 5252.216-9402 Oral Orders (Indefinite Delivery Contracts) (JAN 1992).
52.212-2, Evaluation for Service: Commercial Items (JAN 2004), the following factors shall be used to evaluate offers:
1. Past Performance. Provide references, specifically addressing : Laboratory testing services in the last 3 years.
2. Technical Capability. Defined as an assessment of the prospective contractor's key management personnel to determine if they have the basic knowledge, experience, and understanding of the requirements necessary to produce the required product or provide the required service,â must specifically address a management plan in adequately staffing the task order effort with individuals who meet the qualifying knowledge, skills, abilities, experience for providing Laboratory Testing..
3. Price. Contractors who do not meet the first 2 factors will not undergo a price evaluation.
Past Performance and Technical Capability will have more importance than cost or price.
All responsible sources may submit a quote which shall be considered to Laura Pruett, 619-532-8100
Naval Medical Center San Diego, Material Management Dept., Acquisitions Division, 34800 Bob Wilson Drive, San Diego, CA 92134, or by FAX (619) 532-5596 or by e-mail
[email protected]. (Bids will be accepted from GSA Federal Supply Schedule Contract if applicable). Unrestricted for Large Business. (Note 22)
Bid Protests Not Available