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: NBD00159731809516022
Posted Date: Apr 20, 2023
Due Date: Apr 25, 2023
Solicitation No: 12505B23Q0125
Source: https://sam.gov/opp/476b4955a7...
Follow
Occupational Medical Surveillance Program for ARS Ames Campus Units - Base Year plus 4 Option Years
Active
Contract Opportunity
Notice ID
12505B23Q0125
Related Notice
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
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 20, 2023 04:44 pm CDT
  • Original Response Date: Apr 25, 2023 03:00 pm CDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 26, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
  • NAICS Code:
    • 621511 - Medical Laboratories
  • Place of Performance:
    Ames , IA 50010
    USA
Description

A market survey is being conducted to determine if there are adequate Small Business, SBA certified HUBZone, SBA-certified 8(a), Women-Owned, or Service-Disabled Veteran-Owned Small Business (SDVOSB) contractors available for a proposed project who meet the specific criteria outlined below.





This is a SOURCES SOUGHT NOTICE ONLY. This is not a solicitation Announcement, Request for Quote, or Invitation for Bid. It does not constitute any commitment by the Government. No award will result from this notice. The purpose is to conduct market research to gain knowledge of potentially qualified sources and to determine the capability of Small Business and/or Large Business companies to provide the supplies/services described below. Responses to this Sources Sought Notice will be used by the Government to make an appropriate acquisition decision. Department of Agriculture requests responses from ALL socioeconomic categories in order to gain a more complete understanding of the market for these products and service.





Contractor will 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.





BACKGROUND: The OMSP is provided to authorized employees considered for assignment or presently assigned to work with chemical, biological, and/or physical hazards and is administered in accordance with ARS Policy & Procedure 414.0-ARS, ARS Occupational Medical Surveillance Program. The OMSP is designed for the detection of occupationally significant medical anomalies. The limited medical procedures performed are not intended, and should not be construed, to substitute for the care provided by the employee's personal physician.





This is anticipated to be a Base + 4 Option Year IDIQ Contract for Services from DOA. Funding to be provided annually based on the number varied number of employee participants. .





The period of performance will be one year, with four, one-year option periods.





Coverage: The period of performance will be one year, with four, one-year option periods. Estimated 6/1/2023 – 5/31/2024.





The intent is to award a contract of a Base Year plus 4 Option Years.



Base Year – estimated PoP 6/1/23-5/31/24



Option Year 1 – 12 months after Base Year



Option Year 2 – 12 months after Option Year 1



Option Year 3 – 12 months after Option Year 2



Option Year 4 – 12 months after Option Year 3







The NAICS code applicable to this acquisition is 621511 (Medical Laboratories) with a size standard of $41.5 million. The PSC is Q301.





Any subsequent procurement will be conducted as a commercial item purchased in accordance with FAR Part 12 and as a Simplified Acquisition Procedure in accordance with FAR Part 13.





The Contractor shall provide all items F.O.B. destination to USDA-NLAE, 1015 N. University Blvd., Ames, IA 61604





Capability Statement:



Companies who have the experience, as well as an interest in doing business with ARS, should submit a Capabilities Statement which, for this notice, is not expected to be a proposal, but rather short statements regarding the company’s ability to demonstrate their expertise and experience in relation to the areas specified in this notice.





In addition to the Capabilities Statement, companies should complete the attached Sources Sought Response Form and indicate whether they are a Small Business, SBA-certified HUBZone, SBA-certified 8(a), SDVOSB, or Women-Owned Small Business.





To be eligible, all vendors must be registered in the System for Award Management (SAM) with a current and active registration. A SAM UEI number is required in order to register in SAM. A vendor can contact SAM by calling 1-866-606-8220 or e-mail at www.sam.gov. NO EXCEPTIONS. Vendor must include their UEI# on their capability statements.





To be eligible, all vendors must also be registered in SAM under the specific NAICS code listed as part of this sources sought. If a prospective vendor is not registered under the specified NAICS code and would qualify to be registered under it then they must update their SAM registration prior to providing a capabilities statement.





Finally, to be eligible, all vendors must be NDAA 889 Certified. If they do not currently have a NDAA 889 Certification, then they must complete the attached NDAA 889 Certification form and submit it to melissa.grice@usda.gov so that they can be added to the list of NDAA 889 Certified vendors.





Submitting a Capability Statements:



Responses should be submitted via email by Tuesday, April 25, 2023 at 3:00 p.m. (Central Time). Telephone inquiries will not be accepted. Questions should be directed to Melissa Grice at melissa.grice@usda.gov





Disclaimer:



This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Respondents are also advised that under no obligation to acknowledge receipt of information or provide feedback about any of the information received. After review of the responses received, the Government may issue a pre-solicitation synopsis and solicitation. No proprietary, sensitive, confidential or classified information shall be included with your response. The Government reserves the right to use any non-proprietary technical information in any resultant 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
  • Apr 20, 2023 04:44 pm CDTSources Sought (Original)

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 >