This is a combined synopsis/solicitation for a non-personal services Blanket Purchase Agreement (BPA) 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. This solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, effective 24 Jan 2018. This procurement is Set-Aside 100% for Small Business. The NAICS code is 621511- Medical Laboratories. Basis for award is Price. The government intends to issue a single award but may issue multiple awards from this solicitation if it is determined to be in the best interest of the government. The following services are requested in this solicitation:
Medical Laboratory Testing Services
CLIN 0001: Laboratory Testing Services
Description of Requirement:
The contractor shall provide all personnel, equipment, tools, to include any internet/network capability tools, training manual, handout materials, supervision, and quality control necessary, except as specified in Paragraph 3.0 as Government Furnished, to perform Laboratory Testing Services, as defined in the attached Performance Work Statement (PWS).
The purpose of this requirement is to provide Laboratory Services in support of soldier readiness and Occupational Health Services. Pivotal to soldiers over all Readiness are the medically necessary clinical diagnostic laboratory tests requirements essential to military service.
These Laboratory services is targeted to all Service Members that require diagnostic testing and preventive tests and screenings to prevent, find, or manage medical problems during an annual Solider readiness process (SRP) and required medical screens. Diagnostic testing and preventive tests are also required for hazardous exposure for Service Members and DOD personnel approved per regulatory guidance.
Travel: Travel expenditures and costs associated with lodging, meals, transportation and all other necessary incidentals will be the sole responsibility of the vendor and are included in the overall proposed estimate.
Location: 5 Camp Drive Building 63, Sea Girt, New Jersey 08750
This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7003, 252.232-7006 apply to this requirement. In order for vendors to be paid, all vendors must now use an E-invoicing system called Wide Area Work Flow (WAWF). To gain access to the WAWF production system, vendors must acquire an account available at https://wawf.eb.mil/. Questions on WAWF may be directed to the WAWF Help Desk (available 24/7) at 866-618-5988.
Only a warranted Contracting Officer (either a Procuring Contracting Officer (PCO), or an Administrative Contracting Officer (ACO)), acting within their delegated limits, has the authority to issue modifications or otherwise change the terms and conditions of this BPA. If an individual other than the Contracting Officer attempts to make changes to the terms and conditions of this BPA you shall not proceed with the change and shall immediately notify the Contracting Office.
The following provisions are incorporated into this solicitation by reference:
52.204-7, System for Award Management
52.204-9, Personal Identity Verification of Contractor Personnel
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13, System for Award Management and Maintenance
52.204-16, Commercial and Government Entity Code Reporting
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
52.204-25 - Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment
52.204-26 Covered Telecommunications Equipment or Services-Representation
52.212-1, Instructions to Offerors -- Commercial Items
52.212-4, Contract Terms and Conditions – Commercial Items
52.219-1, Small Business Program Representations
52.222-41, Service Contract Labor Standards
52.223-5, Pollution Prevention and Right to Know Information
52.232-18, Availability of Funds
52.232-39, Unenforceability of Unauthorized Obligations
52.232-40, Providing Accelerated Payments to Small Business Subcontractors
52.237-2, Protection of Government Buildings, Equipment and Vegetation
52.237-3, Continuity of Services
52.246-1 Contractor Inspection Requirements
52.247-34, FOB Destination
52.252-2, Clauses Incorporated by Reference- FAR Website: https://www.acquisition.gov/browse/index/far
252.201-7000, Contracting Officer’s Representative
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
252.204-7000, Disclosure of Information
252.204-7003, Control of Government Personnel Work Product
252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information
252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting
252.204-7015, Disclosure of Information to Litigation Support Contractors
252.204-7016 - Covered Defense Telecommunications Equipment or Services—Representation
252.204-7017 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services—Representation
252.204-7018 - Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services
252.213-7000, Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System—Statistical Reporting in Past Performance Evaluations
252.223-7008, Prohibition of Hexavalent Chromium
252.225-7001, Buy American Act
252.225-7002, Qualifying Country Sources as Subcontractors
252.225-7048, Export Controlled Items
252.225-7055, Representation Regarding 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
252.232-7010, Levies on Contract Payments
252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites—Representation
252.243-7001, Pricing of Contract Modifications
252.244-7000, Subcontracts for Commercial Items
252.247-7023, Transportation of Supplies by Sea
The following provisions are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses. (All Representations and Certifications shall be completed within contractor's Systems for Award Management (SAM) profile on www.sam.gov.)
FAR 52.212-2, Evaluation—Commercial Items
FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I
DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials
DFARS 252.225-7035, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program Certificate
DFARS 252.247-7022, Representation of Extent of Transportation by Sea
The following clauses are incorporated by full text. The full text is found in Attachment #2, Full-Text Provisions and Clauses.
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
DFARS 252.209-7998 (Dev), Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law
DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law
DFARS 252.211-7003, Item Unique Identification and Valuation
DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions
Any questions or comments should be directed to John Moreland, Contract Specialist via e-mail at john.m.moreland.mil@army.mil. PLEASE SUBMIT ALL QUOTES DIRECTLY TO THIS EMAIL ADDRESS with the subject line, “NJARNG MEDCOM Laboratory Testing Services BPA”.