Wisconsin Bids > Bid Detail

Occupational Medical Surveillance Program(OMSP) Services to USDA ARS Madison Location Employees

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • Q - Medical Services
Opps ID: NBD00159610431372420
Posted Date: Mar 17, 2023
Due Date: Mar 31, 2023
Solicitation No: 12505B23Q0059
Source: https://sam.gov/opp/1476b8d56f...
Follow
Occupational Medical Surveillance Program(OMSP) Services to USDA ARS Madison Location Employees
Active
Contract Opportunity
Notice ID
12505B23Q0059
Related Notice
12505B23Q0059
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: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 17, 2023 01:29 pm EDT
  • Original Date Offers Due: Mar 31, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 15, 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:
    Madison , WI
    USA
Description

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 12505B23Q0059 is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-01 dated December 30, 2022. This solicitation will be a Total Small Business set aside. The associated NAICS code is 621511 (Medical Laboratories), with a small business size standard of $36.5 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) Pulmonary Lung Function (Spirometry)-Base Year



0004) Respiratory Usability Certification and Fit Test-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) Pulmonary Lung Function (Spirometry)- Option Year 1



1004) Respiratory Usability Certification and Fit Test- 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) Pulmonary Lung Function (Spirometry)- Option Year 2



2004) Respiratory Usability Certification and Fit Test- 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) Pulmonary Lung Function (Spirometry)- Option Year 3



3004) Respiratory Usability Certification and Fit Test- 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) Pulmonary Lung Function (Spirometry)- Option Year 4



4004) Respiratory Usability Certification and Fit Test- 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 .



The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition: AGAR 452.211-72 Statement of Work/Specifications; AGAR 452.211-74 Period of Performance; AGAR 452.216-73 Minimum and Maximum Contract Amounts; AGAR 452.216-72 Evaluation Quantities-Indefinite-Delivery Contract; FAR 52.216-22 Indefinite Quantity; FAR 52.217-8 Option to Extend Services; FAR52.217-9 Option to Extend the Term of the Contract; FAR 52.219-6 Notice of Total Small Business Set Aside; FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-13 System for Award Management Maintenance; FAR 52.204-16 Commercial and Government Entity Code Reporting; FAR 52.204-17 Ownership or Control of Offeror; FAR 52.204-18 Commercial and Government Entity Code Reporting; FAR 52.204-20 Predecessor of Offeror; FAR 52.204-22 Alternative Line Item Proposal; FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment; FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation; AGAR 452.204-70 Inquiries; FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation; FAR 52.209-6 Protecting the Government’s Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment; FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law; AGAR 452.209-71 Assurance Regarding Felony Conviction or Tax Delinquent Status for Corporate Applicants; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical and price); FAR 52.212-3 Offeror Representations and Certifications—Commercial Items; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.217-2 Cancellation Under Multi-year Contracts; FAR 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 52.219-28 Post Award Small Business Program Representation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-22 Previous Contracts and Compliance Reports; FAR 52.222-25 Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-41 Service Contract Labor Standards; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires; FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards—Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-50 Combating Trafficking in Persons; FAR 52.222-55 Minimum Wages Under Executive Order 14026; FAR 52.222-62 Paid Sick Leave Under Executive Order 13706; FAR 52.223-5 Alt 1 Pollution Prevention and Right-to-Know Information; FAR 52.223-6 Drug-Free Workplace; FAR 52.223-10 Waste Reduction Program; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.223-20 Aerosols; FAR 52.223-21 Foams; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.225-25 Prohibitions on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Reps and Certs; FAR 52.232-1 Payments; FAR 52.232-8 Discounts for Prompt Payment; FAR 52.232-11 Extras; FAR 52.232-19 Availability of Funds for the Next Fiscal Year; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-39 Unenforceability of Unauthorized Obligations; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-1 Disputes; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.237-1 Site Visit; FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation; FAR 52.246-20 Warranty of Services; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.253-1 Computer Generated Forms.



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 31, 2022.



Questions in regard to this combined synopsis/solicitation are due no later than 2:00 PM Eastern on March 27, 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
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 >