NCAUR Occupational Medical Surveillance Program, Peoria, IL

expired opportunity(Expired)
From: Federal Government(Federal)
12505B22Q0174

Basic Details

started - 15 Jul, 2022 (21 months ago)

Start Date

15 Jul, 2022 (21 months ago)
due - 18 Aug, 2022 (20 months ago)

Due Date

18 Aug, 2022 (20 months ago)
Bid Notification

Type

Bid Notification
12505B22Q0174

Identifier

12505B22Q0174
AGRICULTURE, DEPARTMENT OF

Customer / Agency

AGRICULTURE, DEPARTMENT OF (29577)AGRICULTURAL RESEARCH SERVICE (9115)USDA ARS MWA AAO ACQ/PER PROP (1537)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (3)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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 12505B22Q0174 is issued as a request for proposal (RFQ).  The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06.  This solicitation is set aside for Total Small Business.  The associated NAICS code is 621511 (Medical Laboratories), with a small business size standard of $35.0 million.This acquisition is for the following item as identified in the Contract Line Item Number (CLIN):0001)  NCAUR Occupational Medical Surveillance Program– Base Year1001)  NCAUR Occupational Medical Surveillance Program – Option Year 12001)  NCAUR Occupational Medical Surveillance Program – Option
Year 23001)  NCAUR Occupational Medical Surveillance Program – Option Year 34001)  NCAUR Occupational Medical Surveillance Program – Option Year 4Specifications:  See attached Statement of Work.The Contractor shall provide all items F.O.B. destination.  Location of the Government site is aboard USDA-ARS NCAUR Peoria, IL 61604 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 10 years’ experience providing services described 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 following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR) provisions and clauses apply to this acquisition:  FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements; FAR 52.204-7 System for Award Management; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-14 Service Contract Reporting Requirements; 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 52.204-23 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 52.209-6 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; 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 52.217-5 Evaluation of Options; FAR 52.217-8 Option to Extend Services; FAR 52.217-9 Option to Extend the Term of the Contract; FAR 2.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8 Utilization of Small Business Concerns; FAR 52.219-28 Post Award Small Business Program Rerepresentation; AGAR 452.219-70 Size Standard and NAICS Code Information; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor – Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 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 52.222-54 Employment Eligibility Verification; FAR 52.222-55 Minimum Wages Under Executive Order 13658; FAR 52.222-62 Paid Sick Leave Under Executive Order 13706; FAR 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving; 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 52.229-11 Tax on Certain Foreign Procurements-Notice and Representation; FAR 52.229-12 Tax on Certain Foreign Procurements; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management; FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract; FAR 52.252-1 Solicitations Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference.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 2:00 PM Central Daylight Time on August 18, 2022.Questions in regards to this combined synopsis/solicitation are due no later than 2:00 PM CDT on August 11, 2022.  Answers to any questions received by that time will be posted as an amendment to this combined synopsis/solicitation.

Peoria ,
 IL  61604  USALocation

Place Of Performance : N/A

Country : United StatesState : IllinoisCity : Peoria

You may also like

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 621511Medical Laboratories
pscCode Q301Laboratory Testing Services