Wisconsin Bids > Bid Detail

Occupational Medical Surveillance Program Madison Wisconsin

Agency:
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159167994955543
Posted Date: Mar 6, 2024
Due Date: Mar 22, 2024
Source: https://sam.gov/opp/13b920dcd4...
Follow
Occupational Medical Surveillance Program Madison Wisconsin
Active
Contract Opportunity
Notice ID
12505B24Q0027
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?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 06, 2024 05:24 pm EST
  • Original Published Date: Feb 09, 2024 09:12 am EST
  • Updated Date Offers Due: Mar 22, 2024 05:00 pm EDT
  • Original Date Offers Due: Feb 23, 2024 05:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 06, 2024
  • Original Inactive Date: Mar 09, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Updated Set Aside:
  • Product Service Code: Q301 - MEDICAL- LABORATORY TESTING
  • NAICS Code:
    • 621511 - Medical Laboratories
  • Place of Performance:
    Madison , WI 53706
    USA
Description View Changes

**The purpose of this amendment is to re-solicit Full and Open competition and remove the additional testing requirement**



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; quotes are being requested and a written solicitation will not be issued. Solicitation number 12505B24Q0027 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03 dated February 23, 2024. This solicitation will be Full and Open competition. The associated NAICS code is 621511 (Medical Laboratories), with a small business size standard of $41.5 million.



This acquisition is for the following item as identified in the Line Items:



0001) Physical Examination-Base Year



0002) General Laboratory Tests-Base Year



0003) Breathing Capacity Test (Spirometry)-Base Year



0004) Respiratory Clearance Exam and Fit Testing-Base Year



0005) Audiometric Examination-Base Year



0006) Chest X-ray-Base Year



0007) Specific Cancer Screening Tests- Base Year



0008) Cholinesterase Determination- Base Year



0009) EKG Testing- Base Year



1001) Physical Examination- Option Year 1



1002) General Laboratory Tests- Option Year 1



1003) Breathing Capacity Test (Spirometry)- Option Year 1



1004) Respiratory Clearance Exam and Fit Testing- Option Year 1



1005) Audiometric Examination- Option Year 1



1006) Chest X-ray- Option Year 1



1007) Specific Cancer Screening Tests- Option Year 1



1008) Cholinesterase Determination- Option Year 1



1009) EKG Testing- Option Year 1



2001) Physical Examination- Option Year 2



2002) General Laboratory Tests- Option Year 2



2003) Breathing Capacity Test (Spirometry)- Option Year 2



2004) Respiratory Clearance Exam and Fit Testing- Option Year 2



2005) Audiometric Examination- Option Year 2



2006) Chest X-ray- Option Year 2



2007) Specific Cancer Screening Tests- Option Year 2



2008) Cholinesterase Determination- Option Year 2



2009) EKG Testing- Option Year 2



3001) Physical Examination- Option Year 3



3002) General Laboratory Tests- Option Year 3



3003) Breathing Capacity Test (Spirometry)- Option Year 3



3004) Respiratory Clearance Exam and Fit Testing- Option Year 3



3005) Audiometric Examination- Option Year 3



3006) Chest X-ray- Option Year 3



3007) Specific Cancer Screening Tests- Option Year 3



3008) Cholinesterase Determination- Option Year 3



3009) EKG Testing- Option Year 3



4001) Physical Examination- Option Year 4



4002) General Laboratory Tests- Option Year 4



4003) Breathing Capacity Test (Spirometry)- Option Year 4



4004) Respiratory Clearance Exam and Fit Testing- Option Year 4



4005) Audiometric Examination- Option Year 4



4006) Chest X-ray- Option Year 4



4007) Specific Cancer Screening Tests- Option Year 4



4008) Cholinesterase Determination- Option Year 4



4009) EKG Testing- Option Year 4





Description of Work: The USDA requires a service contract for an Occupational Medical Surveillance Program (OMSP) for employees located in Madison, WI in accordance with the Statement of Work. The Contractor shall provide all items F.O.B origin. The Government anticipates award of an IDIQ With Firm Fixed Price Task Orders. Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services. Submission of quote shall include the following: (1) Technical and (2) Price.



All responses shall be submitted electronically to joel.maas@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 quote with the lowest evaluated price. Pursuant to FAR 52.212-2 Evaluation—Commercial Products and Commercial Services, the criteria for evaluation are: (1) Technical and (2) Price and must also have satisfactory Past Performance. The lowest priced quote 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 quote will be evaluated for technical acceptability. This will continue until the lowest price quote is determined technically acceptable. Once the lowest priced quote 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 origin. Period of performance is one year with four, one year option periods.



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.



Quotes must be received no later than 5:00 PM Eastern Time on March 22, 2024.



Questions in regard to this combined synopsis/solicitation are due no later than 2:00 PM Eastern on March 14, 2022. Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.



DISCLAIMER: The official contract documents are located on the government webpage and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to Contract Opportunities for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offeror's responsibility to check the website periodically for any amendments to this solicitation. Websites are occasionally inaccessible, due to various reasons. The Government is not responsible for any loss of internet connectivity or for an offeror's inability to access the documents posted on the referenced web pages. The Government will not issue paper copies.



Biobased Products: This procurement does not require the use of Biobased products.










Attachments/Links
Contact Information View Changes
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 >