Iowa Bids > Bid Detail

Occupational Medical Surveillance Program for ARS Ames Campus Units - Base Year plus 4 Option Years

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159094179356229
Posted Date: Jul 3, 2023
Due Date: Jul 25, 2023
Solicitation No: 12505B23Q0125
Source: https://sam.gov/opp/e42af49302...
Follow
Occupational Medical Surveillance Program for ARS Ames Campus Units - Base Year plus 4 Option Years
Active
Contract Opportunity
Notice ID
12505B23Q0125
Related Notice
12505B23Q0125
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
AGRICULTURAL RESEARCH SERVICE
Office
USDA ARS MWA AAO ACQ/PER PROP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Jul 03, 2023 10:25 am CDT
  • Original Published Date: May 24, 2023 01:38 pm CDT
  • Updated Date Offers Due: Jul 25, 2023 03:00 pm CDT
  • Original Date Offers Due: Jun 15, 2023 03:00 pm CDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 09, 2023
  • Original Inactive Date: Jun 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
  • NAICS Code:
    • 621511 - Medical Laboratories
  • Place of Performance:
    Ames , IA 50010
    USA
Description View Changes

7/3/2023: This solicitation is extended until 7/25/2023 at 3:00pm CST. The set aside is now removed and this solicitation is Unrestricted for full and open competition. The anticipated Period of Performance will be adjusted to start on or about 9/1/2023 through 8/31/2028. All other terms and conditions remain unchanged.



*********************************************************************************************



6/20/2023: This solicitation is extended until 6/28/2023 at 3:00pm CST. All other terms and conditions remain unchanged.



**********************************************************************************************



UPDATE: Questions and Answers uploaded as of 6/6/2023. All other terms and conditions remain unchanged.



**********************************************************************************************



This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 12505B23Q0125 is issued as a request for proposal (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 Effective March 16, 2023. This solicitation is set aside for Total Small Business. The associated NAICS code is 621511 (Medical Laboratories), with a small business size standard of $41.5 million.





The USDA-NLAE has a requirement to award an IDIQ Provide Occupational Medical Surveillance Program (OMSP) services to ARS Ames Campus Units (NLAE, PI, CICGR) employees as provided by the Contractor Requirements Section. The successful Contractor shall be responsible for furnishing personnel, materials, equipment and facilities necessary to accomplish all things necessary for, or incidental to, the performance of the work set forth herein.





This is anticipated to be a Five year contract with prices for each ordering period. It is anticipated that a minimum of 35 participants and a maximum of 50 participants will be treated each year at various times. Please reference the attached Pricing Sheet for pricing the base period and option periods. For purposes of evaluating quotes in response to this solicitation, pricing of the minimum requirement for all tests listed on the pricing sheet will determing the low quote.





This acquisition is for the following item as identified in the Contract Line Item Number (CLIN):



0001) ARS Ames Campus Units Occupational Medical Surveillance Program– Ordering Period 1



1001) ARS Ames Campus Units Occupational Medical Surveillance Program – Ordering Period 2



2001) ARS Ames Campus Units Occupational Medical Surveillance Program – Ordering Period 3



3001) ARS Ames Campus Units Occupational Medical Surveillance Program – Ordering Period 4



4001) ARS Ames Campus Units Occupational Medical Surveillance Program – Ordering Period 5





Specifications: See attached Statement of Work.





The Contractor shall provide all items F.O.B. destination. Location of the Government site is aboard ARS Ames Campus Units (NLAE, PI, CICGR), Ames, IA 50011 and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract.





Offerors responding to this announcement shall submit their proposal in accordance with FAR 52.212-1. Submission of proposal shall include the following: (1) Technical and (2) Price.





All responses shall be submitted electronically to melissa.grice@usda.gov.





The basis for award is Lowest Price Technically Acceptable (LPTA). LPTA means the best value is expected to result from selection of the technically acceptable proposal with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are: (1) Technical and (2) Price and must also have satisfactory Past Performance. Technical acceptability will be evaluated based on company experience (minimum of 5 years’ experience providing the types of services listed in the Statement of Work). The lowest priced proposal will first be evaluated for technical acceptability in accordance with the minimum specifications identified. If determined not technically acceptable, it will be removed from competition and the next lowest priced proposal will be evaluated for technical acceptability. This will continue until the lowest price proposal is determined technically acceptable. Once the lowest priced proposal is determined technically acceptable, then a determination of responsibility will be completed. If found responsible, evaluations will be closed and award will be made.





INSPECTON AND ACCEPTANCE TERMS: Services will be inspected by Contracting Officer Representative (COR) and accepted at destination. Period of performance is one year with four, one year option periods.





The attached Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses are applicable to this acquisition. Contractors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items, with their offer.





To be eligible for an award, all contractors must be registered in the System for Award Management (SAM) at the time the quote is submitted. A contractor can contact SAM by calling 1-866-606-8220 or www.sam.gov. NO EXCEPTIONS. A SAM UEI number is required in order to register. All invoices shall be submitted electronically.





Proposals must be received no later than 3:00 PM Central Time on July 25, 2023.





Questions in regards to this combined synopsis/solicitation are due no later than 12:00 PM CDT on Jul 11, 2022. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.






Attachments/Links
Contact Information
Contracting Office Address
  • 1815 N UNIVERSITY STREET
  • PEORIA , IL 61604
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >