Laboratory Testing Services
ID: FA670324Q0015Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA6703 94TH CONTRACTING FLIGHT PKDOBBINS AFB, GA, 30069-4900, USA

NAICS

Medical Laboratories (621511)

PSC

MEDICAL- LABORATORY TESTING (Q301)
Timeline
    Description

    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for laboratory testing services to support the Contingency Aeromedical Staging Facility (CASF) at Dobbins Air Reserve Base in Marietta, Georgia. The contractor will be responsible for providing certified personnel and managing all necessary equipment and supplies for various medical laboratory tests, ensuring compliance with federal, state, and local regulations. This procurement is crucial for maintaining the health and readiness of military and DoD civilian personnel, with a focus on timely specimen collection, quality control, and adherence to HIPAA standards. Interested contractors must submit their proposals by 12:00 pm EDT on September 20, 2024, and can contact Keyonis Shack at keyonis.shack@us.af.mil or Patrina Sheffield at patrina.sheffield@us.af.mil for further information.

    Point(s) of Contact
    Keyonis Shack
    (678) 655-5115
    (678) 655-5612
    keyonis.shack@us.af.mil
    Patrina Sheffield
    (678) 655-5778
    (678) 655-5612
    patrina.sheffield@us.af.mil
    Files
    Title
    Posted
    The document contains a pricing schedule pertaining to laboratory testing services as part of Federal Acquisition Regulation (FAR) compliance for contract FA670324Q0015. It outlines various medical tests along with their corresponding CPT codes and pricing details categorized by standard pricing for weekdays, weekend drilling, and unscheduled tests. Each test, including ABO & RH, Blood Lead, Lipid Panel, and Urinalysis, is listed with estimations for the number of tests required annually. Important tests highlighted include HIV screening, Hepatitis Panels, and Hemoglobinopathy evaluations. The pricing components are not detailed in the document, reflecting anticipated financial terms that are part of a competitive bid in response to the government’s Request for Proposals (RFP). The purpose of this pricing schedule is to gather potential contractors' cost proposals for laboratory testing services for federal, state, and local programs, underscoring the need for compliant health services within budgetary frameworks.
    The Performance Work Statement (PWS) outlines the requirements for laboratory testing services at Dobbins Air Reserve Base, Georgia, supporting the Contingency Aeromedical Staging Facility (CASF) and ensuring compliance with medical evaluation for deployment. It mandates the contractor to provide certified personnel for various laboratory tests, adhering to federal, state, and local regulations. The contractor is responsible for managing staff and providing all necessary equipment, transportation, and supplies for testing services executed at authorized premises within a 25-mile radius of the base. Key requirements include timely specimen pick-up and reporting, quality control measures, maintenance of a secure laboratory information system, and adherence to HIPAA standards. The contract spans one year with four one-year options, ensuring comprehensive testing capabilities for military and DoD civilian personnel. Additionally, the document emphasizes the importance of quality assurance, communication of critical results, and maintaining a professional standard among contractor staff. Compliance with government regulations and operational protocols is a priority, reflecting the necessity of delivering reliable medical support within the military framework.
    The document outlines a Blanket Purchase Agreement (BPA) for laboratory testing services, specifically for military personnel stationed at Dobbins Air Reserve Base, Georgia. This BPA has a master dollar limit of $250,000, with individual purchase limits set at $25,000, valid from September 16, 2024, to September 15, 2029. The contractor is required to adhere to the Performance Work Statement and submit invoices for payment using the Government Purchase Card (GPC). The agreement stipulates terms regarding obligations, invoicing, payment methods, and necessary documentation for deliveries and transactions. Additionally, it emphasizes the limited obligation of the government, as it is only liable for authorized purchases made against the BPA. The BPA can be unilaterally terminated with 30 days’ written notice, and any modifications must be documented and approved by the contracting officer. Coordination between the contractor and authorized government personnel is mandatory during normal working hours, ensuring effective communication and compliance with procurement guidelines. Overall, this BPA aims to streamline laboratory services while promoting regulatory compliance and efficient procurement processes.
    The document outlines the procedural guidelines and requirements surrounding federal and state/local Requests for Proposals (RFPs) and grants. It emphasizes the necessity for compliance with federal regulations, detailing the application processes, eligibility criteria, and performance expectations for recipients of funding. Key themes include the importance of securing necessary approvals, maintaining transparency throughout the bidding process, and adhering to established timelines. Furthermore, the document underscores the significance of documentation and reporting in managing awarded funds effectively. The structured approach proposed aims to ensure fairness and competitiveness in the selection process, while fostering responsible financial stewardship for governmental projects. Overall, this framework sets the foundation for strategic partnerships between government entities and stakeholders, ultimately seeking to enhance community development and service delivery through effective resource allocation.
    The document comprises various representations and certifications required from Offerors responding to federal solicitations, RFPs, and grants, particularly focusing on compliance with FAR and DFARS regulations. It outlines that Offerors must complete their annual representations electronically in the System for Award Management (SAM) and verify their accuracy related to the specific solicitation. Key provisions include the prohibition on acquiring covered telecommunications and defense telecommunications equipment, reinforcing transparency and integrity in government contracting. Offerors must disclose any history of administrative, civil, or criminal proceedings that could affect their responsibility and eligibility for federal contracts, as well as tax obligations concerning foreign procurements. The document emphasizes the need for Offerors to provide clear representations regarding their use of cloud computing, which indicates a growing trend towards technology in federal services. Collectively, these requirements aim to uphold government procurement standards while ensuring that awarded contracts do not compromise national security or violate integrity principles. The detailed stipulations signify the government's commitment to responsible contracting practices and regulatory compliance.
    The document addresses inquiries related to RFP FA670324Q0015 for Laboratory Testing Services. It clarifies that the selected contractor will not conduct tests on-site at the base but will utilize an offsite location for laboratory analyses. Specimens collected by the base, referred to as Dobbins, are sent to the contractor via courier services. Occasionally, personnel may visit the contractor's site for specimen collection; however, this is infrequent as most testing is handled off-site. The mention of an Exhibit A Supply list pertains to the materials necessary for testing, but the primary focus remains on the external handling of laboratory tests, ensuring that results are systematically available without on-site testing interference. This document highlights operational logistics in the context of federal RFPs related to laboratory services, emphasizing the contractor's role and the base's processes.
    The document is a Combined Synopsis/Solicitation issued by the Department of the Air Force for Laboratory Testing Services under solicitation number FA670324Q0015. It invites proposals for a multiple award Blanket Purchase Agreement (BPA) aimed at providing laboratory testing for Military and DoD civilian employees at Dobbins Air Reserve Base, Georgia. The solicitation allows for full and open competition, and proposals must be submitted electronically by September 3, 2024. Key aspects include compliance with the Federal Acquisition Regulation (FAR) and specific clauses related to commercial items. Offerors are required to provide a clear proposal consisting of administrative documentation, technical approach, and pricing, indicating their ability to meet outlined requirements. Technical acceptance focuses on the vendor's proximity to the base and overall capability to deliver services. Evaluations will be based on price and technical acceptability, prioritizing the lowest-priced proposals that meet quality standards. The document emphasizes timely submissions, clear communication for inquiries, and mandates registration in the System for Award Management (SAM) to ensure compliance and eligibility for the contract award. Overall, the solicitation serves to facilitate the procurement of essential laboratory services while adhering to established regulations and guidelines.
    The Department of the Air Force is issuing a request for quote (RFQ) identified as FA670324Q0015 for Laboratory Testing Services at Dobbins Air Reserve Base, Georgia. The solicitation is open for competitive bids, with a due date for responses set for September 20, 2024. This RFQ aims to establish a multiple award Blanket Purchase Agreement (BPA) for various laboratory tests for military and DoD civilian employees. Offerors must submit detailed proposals via email, demonstrating administrative, technical, and price factors, including residence within a 25-mile radius of the base. The evaluation process will rank submissions by price, with the lowest priced technically acceptable proposal being awarded the contract. Compliance with numerous Federal Acquisition Regulation (FAR) clauses is required, ensuring transparency and ethical practices. The Government anticipates high price competition, but may request further pricing information if necessary. This initiative underscores the Air Force's commitment to maintaining personnel health and operational readiness through essential laboratory testing services.
    The Department of the Air Force is soliciting proposals for Laboratory Testing Services under solicitation number FA670324Q0015. This request for quotes (RFQ) is targeted at establishing a multiple award Blanket Purchase Agreement (BPA) for testing services for Military and DoD Civilian Employees at Dobbins Air Reserve Base, Georgia. The procurement follows FAR Subpart 12.6 and aims for full and open competition, requiring all labor, materials, and services necessary for certified laboratory testing. Proposals must be submitted electronically by September 10, 2024, with details on administrative, technical, and pricing factors outlined for bidders. Offerors are expected to reside within a 25-mile radius of the base. The evaluation will prioritize cost and technical capability, leading to a lowest priced technically acceptable award. Compliance provisions and clauses from FAR are detailed throughout the solicitation, emphasizing the need for thorough proposal documentation. The contracting process is designed to ensure responsiveness and competitive pricing, with potential discussions allowed if deemed necessary. The file outlines submission guidelines, evaluation criteria, and applicable obligations to create transparency and facilitate vendor participation.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    B729 Duct cleaning
    Active
    Dept Of Defense
    The Department of Defense, through the 94th Contracting Flight at Dobbins Air Reserve Base in Georgia, is seeking proposals for duct cleaning services at Building 729. The project involves cleaning and sanitizing various HVAC components, including air handler units, metal ducts, and powered induction units, with a performance period of 90 days post-award. This initiative is crucial for maintaining air quality and operational efficiency within military facilities, ensuring compliance with local, state, and federal regulations. Interested contractors must submit their quotes by September 20, 2024, and can direct inquiries to Kevin Song at kevin.song@us.af.mil or Kenneth J. Jacob at kenneth.jacob.1@us.af.mil.
    Chemistry Molecular Cost Per Reportable Results
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking proposals for Chemistry/Immunoassay Analyzers, Reagents, and related services at the Dwight D. Eisenhower Army Medical Center located in Fort Gordon, Georgia. The procurement aims to support military healthcare operations by providing essential medical diagnostic equipment and reagents, particularly for laboratory tests focused on sexually transmitted infections, including Chlamydia trachomatis, Neisseria gonorrhea, and Human Papilloma Virus (HPV). This contract, expected to be awarded as a Firm Fixed Price agreement, includes installation, training, and ongoing maintenance, with proposals due by September 20, 2024. Interested vendors should direct inquiries to Jacquetta White at jacquetta.o.white.civ@health.mil or Sebrena L. Lane at sebrena.l.hackleylane.civ@health.mil for further details.
    PMEL Workbenches
    Active
    Dept Of Defense
    The Department of Defense, specifically the 23d Contracting Squadron at Moody Air Force Base in Georgia, is seeking proposals from small businesses for the procurement and installation of PMEL workbenches and roll-around equipment stands tailored for an environmentally controlled laboratory setting. The requirements include multiple sizes of workbenches designed to prevent dust accumulation and made from materials resistant to heat, chemicals, and chipping, with specific features such as adjustable heights and integrated storage solutions. This procurement is crucial for enhancing the operational efficiency of the Precision Measurement Equipment Laboratory, ensuring compliance with safety and environmental standards. Interested vendors must submit their proposals by September 18, 2024, and can contact Cloud Wharton at cloud.wharton@us.af.mil or Samuel D. Garfunkel at samuel.garfunkel.1@us.af.mil for further details.
    Lab Radiological Sample Analysis Contract
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for a Lab Radiological Sample Analysis Contract to support the Defense Centers for Public Health - Aberdeen (DCPH-A). This contract involves the non-personal services requirement for the analysis of radiological samples across various parameters, which is crucial for enhancing public health readiness and ensuring the quality of the Public Health Enterprise. The solicitation is prepared in accordance with Federal Acquisition Regulation (FAR) guidelines, and interested vendors are encouraged to submit quotes as no written solicitation will be issued. For further details, potential bidders can contact Kenneth Grenier at kenneth.e.grenier2.civ@health.mil or by phone at 301-619-2728.
    Human Donor Swab Kits
    Active
    Dept Of Defense
    The Department of Defense, specifically the Army's Mission and Installation Contracting Command, is soliciting quotations for the procurement of Human Donor Swab Kits under Solicitation Number W9124924Q0015. The requirement includes various types of swabs—oral, skin, vaginal, and perianal—along with specific quantities and anatomical locations, to be delivered to Fort Gillem, Georgia, by September 30, 2024. This procurement is crucial for ensuring compliance with federal operational needs and emphasizes the commitment to supporting small and service-disabled veteran-owned businesses. Interested vendors must submit their quotes by September 17, 2024, at 10:00 AM EST, and can direct inquiries to Shecoriya Byrd or Ashley Scott via their provided email addresses.
    Force Plates
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the procurement of a force plate and related software package to be delivered to Columbus Air Force Base in Mississippi. This equipment is essential for accurately measuring total body strength, asymmetry, and rate of force production, thereby enhancing the evaluation and training of Airmen to improve their operational readiness and reduce recovery times from injuries. The procurement is set aside for small businesses, and interested contractors must submit their proposals, including a price schedule and technical capability statement, by 2:00 PM CST on September 17, 2024. For further inquiries, vendors can contact Yolanda Pruitt at yolanda.pruitt@us.af.mil or Nina M. Jones at nina.jones.2@us.af.mil.
    Reference Laboratory Testing Services
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), intends to award a sole source contract for Reference Laboratory Testing Services to Diagnostic Laboratory Services, Inc. This contract will support the Laboratory Department at Naval Hospital Guam by providing comprehensive diagnostic testing and specialized laboratory services, including blood tests, genetic testing, and microbiology, which are critical for ensuring timely and accurate patient diagnoses. The contract is set to begin on September 19, 2024, with options for extension through September 30, 2026, and interested vendors must submit capability statements by 1:00 PM Pacific Daylight Time on September 12, 2024, to Merlinda Labaco at merlinda.m.labaco.civ@health.mil for consideration.
    Medical Lab Technician and Medical Lab Technologists
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency (DHA), is seeking to negotiate a sole-source contract with Distinctive Health Spectrum Care JV LLC for the provision of medical laboratory personnel at the Naval Hospital Guam. The procurement aims to add two Medical Lab Technologists and one Medical Lab Technician under contract HT001418D0029, Task Order N6264521F0140, for the period from October 1, 2024, to June 27, 2025, reflecting the critical need for laboratory testing services in a military healthcare setting. Interested parties may submit capability statements for consideration, although the government may opt not to pursue competitive proposals based on the responses received, with a deadline for challenges set for September 26, 2024. For further inquiries, interested vendors can contact Uyen Tran at uyen.t.tran6.civ@health.mil.
    Hematology System Cost Per Reportable
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Health Agency, is seeking proposals for the procurement of two fully automated Hematology Systems for the 633rd Medical Group at Langley AFB, Virginia. The systems must perform a range of hematology tests, including complete blood counts and body fluid analyses, while integrating seamlessly with the existing Laboratory Information System (LIS). This procurement is crucial for enhancing operational efficiency in military healthcare, ensuring compliance with regulatory standards, and providing high-quality laboratory services. Interested contractors must submit their proposals electronically by September 20, 2024, and direct any questions to Karl Molina at karl.o.molina.civ@health.mil by September 12, 2024.
    Laboratory Supplies and Wares - ECAT
    Active
    Dept Of Defense
    Presolicitation notice: Laboratory Supplies and Wares - ECAT The Department of Defense is seeking laboratory supplies and wares for various medical laboratories worldwide, including locations inside and outside the Continental United States (CONUS). These supplies are used by U.S. soldiers, sailors, airmen, and marines for research, diagnostics, and testing purposes. The solicitation aims to establish long-term contracts for the purchase of laboratory supplies through the DLA Electronic Catalog (ECAT). The estimated value of the contracts over a five-year period is $491,800,000.00, with a maximum value of $983,600,000.00. Interested parties can submit proposals at any time during the open periods of the solicitation. The Berry Amendment and the Trade Agreements Act apply to the laboratory items covered under this acquisition. For more information, contact Marie Crescenzo, the Contracting Officer, at marie.crescenzo@dla.mil. All responsible sources are encouraged to submit proposals.