Autopsy Pathologist Services

expired opportunity(Expired)
From: Federal Government(Federal)
HT941023Q2067

Basic Details

started - 15 Sep, 2023 (7 months ago)

Start Date

15 Sep, 2023 (7 months ago)
due - 22 Sep, 2023 (7 months ago)

Due Date

22 Sep, 2023 (7 months ago)
Bid Notification

Type

Bid Notification
HT941023Q2067

Identifier

HT941023Q2067
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
[object Object]

SetAside

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

Combined Synopsis/Solicitation HT941023Q2067 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Products and Commercial Services, in conjunction with FAR Part 13 Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes (RFQs) are being requested and a separate written solicitation will not be issued. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2023-05 effective 09/07/2023 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20230817, effective 08/17/2023. Competitive quotes are being requested under Request for Quote (RFQ) Number HT941023Q2067. The North American Industry Classification System (NAICS) code
applicable to this acquisition is 621511 Medical Laboratories and the size standard is $41.5 Million. This procurement will be a Total Small Business Set-aside competed on the Open Market as a Full and Open Competition requirement. description of requirements Naval Medical Center San Diego(NMCSD) Laboratory Department requires non-personal services for one (1) Autopsy Pathologist. The Autopsy services will include Pathologist handling of hospital, fetal and forensic cases as well as maintenance of the administrative, quality assurance and logistics duties of the laboratory autopsy services to meet the mission of the Laboratory Department. See Performance Work Statement (PWS) (Attachment 1) for further details. PLACE OF PERFORMANCE: 34800 Bob Wilson Dr, San Diego, CA 92134, Service Periods: September 30, 2023 to September 29, 2024 CLIN structure listed below: CLIN 0001 - Autopsy Pathologist Services, Unit of issue: Hourly, Total hour: 300 OFFEROR INSTRUCTIONS The Government intends to award a Firm Fixed Price contract to the responsive, responsible Offeror, whose quote conforming to the solicitation is most advantageous to the Government, as defined in the EVALUATION FACTORS FOR AWARD section below. A complete quote must be received for consideration. Respond to each item listed below; if the response is “None” or “Not applicable,” explicitly state and explain. The Government may consider quotes that fail to address or follow all instructions to be non-responsive and ineligible for contract award. A complete quote includes a response and submission to each of the following: General Information: Offeror Business Name, Address, CAGE, and Unique Entity ID (UEI) Codes (ensure Representation and Certifications are up to date in SAM.gov), Business Size and Type of Small Business based on applicable NAICS Code as provided above, Federal Tax ID, Primary Point of Contract (to include telephone and e-mail address). FAR provision 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Products and Commercial Services, applies to this acquisition. Offeror must include a completed copy of this provision with quote, unless already provided for, or differentiates from what is in the SAM database. Technical Documentation: Technical Approach or Specifications: Offerors are encouraged to submit product manufacturer specifications, pictures, brochures, or and other pertinent technical information of the quoted items to facilitate the evaluation. Past Performance: provide two (2) references with the point of contact name, telephone number, e-mail address, and contract number, for which you have provided RECENT and RELEVANT delivery of similar services required in this solicitation within the last 3 years. Past performance will be evaluated based on references and information from authorized government past performance systems and resources. Use Attachment #2 - Past Performance Questionnaire RECENT is defined as having delivered similar services in the last three years. RELEVANT is defined as having delivered similar maintenance agreements as specified in the SOW. Past performance information not meeting the above criteria will not be used for evaluation. Price Quote: Submit complete pricing for each individual item to include the unit price, the extended price for each line item, and a total price in US Dollars ($). Note: Ensure FOB Destination, shipping and handling costs, travel costs, AND other ancillary customer services are included in the pricing. Evaluation Factors for Award: Basis for Award: The Government intends to award a purchase order to the responsive and responsible vendor whose quote conforming to the RFQ is most advantageous to the government, price and non-price factors considered. The source selection method is Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. The vendor must be registered in the System for Award Management (SAM) database. The Government reserves the right to award no contract at all, depending on the quality of quotes submitted, and the availability of funds. Award may be made without discussions with Offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the Offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. As this is a competitive services procurement using FAR Part 13 procedures, the basis for award will consider the Offerors past performance and data in the Contractor’s Past Performance Assessment Reporting System (CPARS) and for the FSC and PSC of the services being purchased (see DFARS 213.106-2(b)(i)). Factor I - Technical: The Government will evaluate the quote to see if specification requirements, as defined above are met, to include all information required for a complete quote. Technical capability statements will be evaluated as: TECHNICAL CAPABILITY EVALUATION FACTORS ACCEPTABLE Quote clearly meets ALL of the specification requirements of the solicitation and ability to comply with the Consignment Agreement. UNACCEPTABLE Quote does not clearly meet ALL the specification requirements of the solicitation and/or inability to comply with the Consignment Agreement. Factor II - Past Performance: The Government will evaluate past performance by reviewing Offeror’s submitted past performance information and other sources that may include, but are not limited to, information from Government personnel and information from the Government websites Supplier Performance Risk System (SPRS) or CPARS as stated above for basis for award. The past performance evaluation results in an assessment of the Offeror’s probability of meeting the solicitation requirements. The past performance evaluation considers each Offeror’s demonstrated recent and relevant record of performance in delivering/supplying products that meet the contract’s requirements. The recency and relevance of the information, source of the information, context of the data, and general trends in contractor’s performance shall be considered. The past performance confidence assessment rating is based on the offeror’s overall record of recency, relevancy, and quality of performance. These are combined to establish one performance confidence assessment rating for each Offeror. Past Performance Evaluation Factors Adjectival Rating Description Substantial Confidence Based on the Offeror’s recent/relevant performance record, the Government has a high expectation that the Offeror will successfully deliver required services. Satisfactory Confidence Based on the offeror’s recent/relevant performance record, the Government has a reasonable expectation that the Offeror will successfully deliver required services. Neutral Confidence No recent/relevant performance record is available, or the Offeror’s performance record is so sparse that no meaningful confidence assessment rating can be reasonably assigned. The Offeror may not be evaluated favorably or unfavorably on the factor of past performance. Limited Confidence Based on the Offeror’s recent/relevant performance record, the Government has a low expectation that the Offeror will successfully deliver required services. No Confidence Based on the Offeror’s recent/relevant performance record, the Government has no expectation that the Offeror will be able to successfully deliver required services. To be considered for award, the Offeror’s evaluated past performance cannot be either “Limited Confidence” or “No Confidence”. Factor III - Price: The Government will evaluate the total price, to determine if it is fair and reasonable. The price quote shall include a unit price for each item and a total firm-fixed-price for all line items. The total firm-fixed-price shall include all applicable shipping, and handling costs to the shipping address listed above. Each technically acceptable Offeror’s price list will be evaluated by the Government to determine the reasonableness of prices for offered services by using one or more of the following price analysis methods which may include: Evaluate quoted pricing against the Independent Government Cost Estimate (IGCE); Price competition amongst technically acceptable offers. Market research. An Offeror’s pricing must be determined to be fair and reasonable to be eligible for award. DUE DATE AND SUBMISSION INFORMATION Eligible Offerors: All Offerors must have a completed registration in the System for Award Management (SAM) website prior to award of contract. Information can be found at https://www.sam.gov/. Complete SAM registration means Offerors shall have registered UEI Codes. Page Limitations: None. Formatting Requirements: Submit quotes in electronic PDF and or Excel format. Text shall be formatted on an 8.5x11 page in 12-point Times New Roman font. Questions Due Date and Submission Requirements: All questions must be received by Monday, 19 Sep 2023, at 10:00AM, Pacific Time. Questions must be submitted by email to zhao.k.li.civ@health.mil , and include RFQ# HT941023Q2067 on the Subject line in all inquiries. Questions may be addressed at the discretion of the Government. RFQ Due Date and Submission Requirements: This RFQ closes on Friday, 22 Sep 2023 at 10:00 AM, Pacific Time. Quotes must be emailed to the Contract Specialist zhao.k.li.civ@health.mil use RFQ# HT941023Q2067 in the subject line of the email and ensure there is receipt confirmation from the aforementioned Contract Specialist. APPLICABLE PROVISIONS AND CLAUSES This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) and Defense Federal Acquisition Regulation Supplement (DFARS). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses can be accessed in full text at https://www.acquisition.gov/content/regulations. https://www.acquisition.gov/dfars The current version of the following FAR, DFARS, and DHA provisions (as of the date of this RFQ) incorporated by reference, apply to this acquisition: 52.203-12, Limitation on Payments to Influence Certain Federal Transactions 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code 52.212-1, Instructions to Offers-Commercial Products and Commercial Services 52.212-2, Evaluation-Commercial Products and Commercial Services: (a)The Government will award a contract resulting from thissolicitationto the responsibleofferorwhoseofferconforming to thesolicitationwill be most advantageous to the Government, price and other factors considered. The following factorsshallbe used to evaluateoffers: See Evaluation Factors I, II, and III above Technical andpast performance, when combined, aremore important than price. (b)Options. The Government will evaluateoffersfor award purposes by adding the total price for alloptionsto the total price for the basic requirement. The Governmentmaydetermine that anofferis unacceptable if theoptionprices are significantly unbalanced. Evaluation ofoptionsshallnot obligate the Government to exercise theoption(s). (c)A written notice of award or acceptance of anoffer, mailed or otherwise furnished to the successfulofferorwithin the time for acceptance specified in theoffer,shallresult in a binding contract without further action by either party. Before theoffer’s specified expiration time, the Governmentmayaccept anoffer(or part of anoffer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-3, Alternate 1, Offeror Representation and Certifications - Commercial Products and Commercial Services (The Offeror need not fill out and include as an attachment IF SAM database (www.sam.gov ) is updated) 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Products and Commercial Services, applies to this acquisition and includes the following clauses by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alternate I (Oct 1995) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment Only complete if not already completed in SAM 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services- Representation Only complete if not already completed in SAM 52.204-27, Prohibition on a ByteDance Covered Application (JUN 2023) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of total Small Business Set-Aside 52.219-28, Post-Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor- Cooperation with Authorities and Remedies (DEV 2020-O0019 Revision 1) 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer- System for Award Management 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.219-1, Small Business Program Representations 52.222.41, Service Contract Labor Standards 52.222.42, Statement of Equivalent Rates for Federal Hires 52.222.43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multi-Year/Options) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252-203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.204-7003, Control Of Government Personnel Work Products 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016, Covered Defense Telecommunications Equipment or Services- Representation Only complete if not already completed in SAM 252.204-7017, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services- Representation Only complete is not already completed in SAM 252.204-7018, Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Service 252.223-7008, Prohibition of Hexavalent Chromium 252.225-7048, Export-Controlled Items 252.225-7055, Representation Regarding Persons that have Business Operations with the Maduro Regime 252.225-7056, Prohibition Regarding Business Operations with the Maduro Regime 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies on Contract Payments 252.244-7000, Subcontracts for Commercial Products or Commercial Services 252.246-7008, Sources of Electronic Parts 252.247-7023, Transportation of Supplies by Sea--Basic 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/browse/index/far (FAR provisions and deviations) and https://www.acq.osd.mil/dpap/dars/dfarspgi/current/ (DFARS provisions) (End of provision) 52.252-2, Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): The FAR provisions, clauses and deviations can be accessed in full text at https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and https://www.acquisition.gov/dfars (DFARS clauses). (End of clause) PD 03-03 Rev 000 - Improper Business Practices & Personal Conflicts of Interest - Enclosure 1 INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS L.[X] IMPROPER BUSINESS PRACTICES AND PERSONAL CONFLICTS OF INTEREST L.[X].1 The Offeror’s attention is directed to FAR, Part 3 and DFARS, Part 203, “Improper Business Practices and Personal Consultant Conflicts of Interest.” L.[X].2 252.203-7005 Representation Relating to Compensation of Former DoD Officials (Nov 2011) (a) Definition. “Covered DoD official” is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. (End of provision) L.[X].3 Use of Former DoD/Defense Health Agency (DHA) Employees and Uniformed Service Members in Proposal Preparation. The involvement of a former DoD/DHA employee/member in an offeror’s proposal preparation may give rise to an unfair competitive advantage or the appearance thereof, if the former DoD/DHA employee/ member acquired non-public, competitively-useful information in his or her former position. Such knowledge could include proprietary information of competitor’s performance on past or current contracts with similar requirements or source selection sensitive information pertaining to this procurement. Consequently, the Offeror must notify the Contracting Officer prior to the involvement in the proposal preparation by a former DoD/DHA employee/member reasonably expected to have had access to such information. Based on the notification, the Contracting Officer will make a determination whether involvement of the former DoD/DHA employee/member in proposal preparation could create an unfair competitive advantage or appearance thereof. The Contracting Officer will further determine whether any mitigation measures taken or proposed by the offeror are adequate to alleviate this concern or whether the offeror will be disqualified from the competition. Failure to comply with these procedures may result in the offeror’s disqualification for award. (End of provision) PD 03-03 Rev 000 - Improper Business Practices & Personal Conflicts of Interest - Enclosure 2 H.[X] IMPROPER BUSINESS PRACTICES AND PERSONAL CONFLICTS OF INTEREST H.[X].1 DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) (a) Definition. “Covered DoD official,” as used in this clause, means an individual that— (1) Leaves or left DoD service on or after January 28, 2008; and (2) (i) Participated personally and substantially in an acquisition as defined in 41 U.S.C. 131 with a value in excess of $10 million, and serves or served— (A) In an Executive Schedule position under subchapter II of chapter 53 of Title 5, United States Code. (B) In a position in the Senior Executive Service under subchapter VIII of chapter 53 of Title 5, United States Code; or (C) In a general or flag officer position compensated at a rate of pay for grade O-7 or above under section 201 of Title 37, United States Code; or (ii) Serves or served in DoD in one of the following positions: program manager, deputy program manager, procuring contracting officer, administrative contracting officer, source selection authority, member of the source selection evaluation board, or chief of a financial or technical evaluation team for a contract in an amount in excess of $10 million. (b) The Contractor shall not knowingly provide compensation to a covered DoD official within 2 years after the official leaves DoD service; without first determining that the official has sought and received, or has not received after 30 days of seeking, a written opinion from the appropriate DoD ethics counselor regarding the applicability of post-employment restrictions to the activities that the official is expected to undertake on behalf of the Contractor. (c) Failure by the Contractor to comply with paragraph (b) of this clause may subject the Contractor to rescission of this contract, suspension, or debarment in accordance with 41 U.S.C. 2105(c). (End of clause) RFQ ATTACHMENTS Performance Work Statement (PWS) Past Performance Questionnaire (PPQ)

San Diego, CA, 92154, USALocation

Place Of Performance : San Diego, CA, 92154, USA

Country : United StatesState : California

You may also like

SPEECH-LANGUAGE PATHOLOGIST SERVICE

Due: 18 Sep, 2028 (in about 4 years)Agency: BUREAU OF INDIAN AFFAIRS

AUTOPSY SERVICES

Due: 31 Dec, 2025 (in 20 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

AUTOPSY SERVICES - EXERCISE OPTION YEAR FOUR.

Due: 31 Jul, 2025 (in 15 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 621511
Classification CodeCode Q515