Search Contract Opportunities

5-Year UTARNG Lab Services Blanket Purchase Agreement (BPA)   5

ID: W911YP25RA005 • Type: Synopsis Solicitation • Match:  95%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

SOLICITATION: W911YP25RA005

AGENCY/OFFICE: Utah Army National Guard / USPFO-G1

PLACE OF PERFORMANCE: Utah Army National Guard / JFHQ Facility

12953 S Minuteman Drive, Draper, UT 84020

SUBJECT: Medical Lab Services 5-year Blanket Purchase Agreement (BPA)

RESPONSE DUE DATE: 0800AM MST 25 MAR 2025

CONTRACTING POC: William (Billy) T. Brown III; Email: William.t.brown68.civ@army.mil; Phone: 801-432-4273

1.0 SYNOPSIS / DESCRIPTION:

*****THIS REQUIREMENT IS BEING SOLICITED AS A TOTAL SMALL BUSINESS SET-ASIDE. ONLY PROPOSALS FROM REGISTERED SBs in SAM.GOV WITH THE APPROPRIATE NAICS WILL BE ACCEPTED*****

This is a combined synopsis/solicitation for commercial products or commercial services 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. The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-006. This acquisition currently has no Defense Priorities and Allocations System (DPAS) ratings.

The Utah Army National Guard has a requirement for a Medical Lab Services 5-year Blanket Purchase Agreement (BPA) under Combined Synopsis/Solicitation number W911YP25RA005 and is being issued for Request for Proposals (RFPs). This requirement is being solicited as TOTAL SMALL BUSINESS SET-ASIDE under NAICS code 621511 - Medical Laboratories which has a Small Business Size Standard of $41.5 million. (https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf).

FOR VENDOR'S PROPOSALS TO BE CONSIDERED, YOU MUST BE REGISTERED IN SAM.GOV under this NAICS or very similar NAICS. Furthermore, your company must also demonstrate you have performed work on similar projects that shows you have the knowledge and expertise to provide support for Medical Lab Services. THIS REQUIREMENT IS SUBJECT TO AVAILABILITY OF FUNDS, pursuant to FAR 52.232-18. No obligation of funds will be committed or executed on this master BPA and the government is not obligated to issue individual BPA calls or GPC purchases against this BPA. Individual BPA calls or GPC purchases will have certified funding attached to them.

PLEASE SEE ATTACHED STATEMENT of WORK (SOW) FOR G1 MEDIAL LAB SERVICES DETAILS.

1.1 SET-ASIDE / FAR REGULATION:

Any awards resulting from this solicitation will be made using a TOTAL SMALL BUSINESS Set-Aside order of precedence as follows:

In accordance with FAR Subpart 19.502-2 Total Small Business Set-Aside Procedures, any awards under this solicitation will be made on a competitive basis first to small business concerns in accordance with FAR 19.502-2. If there are no acceptable offers from small business concerns for a specific location, the set-aside shall be withdrawn and the requirement, if still valid, will be made on the basis of full and open competition considering all offers submitted by responsible business concerns for the location.

1.2 CONTRACT TYPE / EVALUATION CRITERIA:

This RFP is subject to availability of funds per FAR 52.232-18. The contract type for this procurement will be Firm-Fixed price PRICED Blanket Purchase Agreement (BPA) for five (5) 1-year Ordering Periods.

Award of a BPA shall be made on the basis of Lowest Price Technically Acceptable (LPTA) evaluation criteria considering the total base period. An award of BPA will be made to the contractor(s) who offer the lowest rate pricing that relates to medical laboratory services. The Contractor shall demonstrate through their offer that they will meet or exceed the technical requirements stated within the Statement of Work. Issuance of potential forthcoming individual BPA calls (or Ordering Officer GPC purchases) shall be made on the basis of established BPA pricing rates from a contractor that is most advantageous to the Government, can service the location of the requirement, and whom has the capability to fulfill the requirement within the time period necessary. Offerors are required to fill out the mock lab services scenario form with the offerors pricing for each lab test. Evaluation will be based on which offeror offers the lowest priced mock lab services scenario pricing.

As part of Technical Acceptability ***The contractor is required to provide ONLY DAILY LOCAL PICKUP Monday Thursday (scheduled weekends) and LOCAL TESTING of blood and urine samples by a LOCAL LABORATORY SERVICES COMPANY (that resides within Davis, Salt Lake, or Utah counties within the State of Utah) to meet our daily blood and urine sample lab testing requirement. All samples MUST BE tested WITHIN 24 HRS OF RECEIPT.***

1.3 SAM REGISTRATION / ELIGIBILITY FOR AWARD:

Offerors must have a current registration in the System for Award Management (SAM) at https://www.sam.gov as of the date of award determination to be eligible for award. Offeror must maintain a current registration in SAM for the entire duration of the BPA in order to be eligible for potential forthcoming BPA Calls and to facilitate disbursement of payments. Offeror shall ensure all representations and certifications are current in SAM as a condition of award. All offerors responding to this solicitation must meet all standards required to conduct business with the Government, including active registration in SAM and WAWF/iRAPT, and be in good standing.

IAW FAR 52.212-1(k), prospective awardees shall be registered and active in the System for Award Management (SAM) prior to award and be in good standing. Prospective offerors may obtain information on registration at WWW.SAM.GOV.

IAW FAR 52.204-7 and DFARS 252.204-7004 Alt A, prospective vendors must be registered in the SAM database prior to award. Lack of SAM registration shall be a determining factor for award and your bid may be disqualified for not being registered and active in SAM.gov.

1.4 ORDERS:

Upon issuance of a Blanket Purchase Agreement, the Contractor may process orders under this BPA through the issuance of individual BPA calls or may process orders utilizing an Ordering Officer Government Purchase Card (GPC) when authorized.

The BPA call may include a Delivery Schedule which will break out the units serviced by a particular call, points of contact for the requirement, locations to be served, and projected dates of service authorized by the call. A BPA call (or GPC-OO purchase) may be issued to support the organizational requirements over a multiple month period of performance, including up to a year of performance.

1.5 PAYMENT BY GOVERNMENT PURCHASE CARD:

Purchases under this Blanket Purchase Agreement may be made by an Ordering Officer Government Purchase Card (GPC) as a form of payment when authorized and made against established BPA prices. Terms established by Contractor's Blanket Purchase Agreement shall be the same regardless of payment method. Advancement of charges is not authorized. Contractor shall not charge the Government prior to delivery of goods or rendering services. Charges shall be made on or after the date of delivery and consolidated into one charge for the total amount.

1.6 ELECTRONIC INVOICING THROUGH WIDE AREA WORKFLOW (WAWF)

An itemized invoice shall be submitted electronically through Wide Area Workflow (WAWF) located at https://piee.eb.mil/piee-landing/ for each BPA call received when services are performed. If the BPA call covers multiple units and/or multiple months of performance; The Contractor is authorized to submit multiple invoices against the BPA call by Contract Line Item Number (CLIN). When the Contractor is submitting an invoice in WAWF, it is critical that the Contractor does not check final invoice against a Contract Line Item Number or the BPA call unless it is the final invoice they will submit against that particular BPA call. Failure to do this may result in delay of payment. In addition, draft paper invoices will be emailed to the Authorized Caller and Contracting Officer Representative (COR) that initiates the services with the Contractor. This is to clear up any discrepancies prior to the invoice being entered into WAWF and to help facilitate receipt of services by the Government. Paper Invoices shall contain the following minimum information:

1) Contractor Name, address, and phone number.

2) BPA Call number (if applicable).

3) Date(s) of delivery.

4) Purchase Request reference number (if applicable)

5) Quantities delivered, unit cost, and total cost.

6) Invoice total amount due.

7) The Utah National Guard is a federal government entity, and as such is exempt from all local, state, and federal taxes, including but not limited to sales taxes. Any charges or invoicing that includes taxes shall be disputed/declined by Government, if charged or invoiced by Contractor.

To meet compliance with DFARS 252.232-7003, Electronic Submission of Payment Requests, all Contractors must submit requests for payment (invoices) through WAWF. Additional information and registration for WAWF can be completed online at https://piee.eb.mil/piee-landing/. Payment will be made by DFAS office designated in the BPA. All payments on BPA Calls will be made by electronic transfer of funds (EFT). The Government will make payment through WAWF upon satisfactory completion of work and proper invoice that permits certification for payment.

1.7 PAYMENT:

Upon verification of invoices / charges submitted through WAWF by authorized UTNG personnel, the invoice will be paid by Electronic Funds Transfer (EFT) IAW the Prompt Payment Act as the primary form of payment, but may be made by GPC when authorized.

1.8 PROPOSALS:

All proposals are due to the United States Property and Fiscal Office for Utah Purchasing and Contracting Division no later than 0800 am (Mountain) 25 MAR 2025. All submissions should be sent via email to: william.t.brown68.civ@army.mil. Facsimiles will not be accepted. Questions regarding this requirement may also be directed to this email, with sufficient time to do any research to answer question prior to the closing of this posting. Responses received after the stated deadline will be considered non-responsive and will not be considered, UNLESS the Contracting Officer determines it is in the best interest of the government to accept a late proposal.

Background
The Utah Army National Guard, through the United States Property and Fiscal Office (USPFO) for Utah, is seeking to establish a 5-year Blanket Purchase Agreement (BPA) for medical lab services. This initiative aims to support the medical readiness requirements of the Utah National Guard (UTNG). The BPA will facilitate authorized purchases for medical testing and laboratory work without obligating funds until individual BPA calls are made.

Work Details
The contractor will provide comprehensive medical lab services including:
1. Clinical lab services for blood and urine samples, ensuring all samples are tested within 24 hours of receipt.
2. Daily local pickup of samples from designated locations in Davis, Salt Lake, or Utah counties.
3. Compliance with applicable regulations such as OSHA, CLIA, and HIPAA.
4. Maintenance of medical liability insurance and ensuring all personnel are licensed and certified as required.
5. Coordination with UTNG representatives for quality assurance and compliance issues.
6. Delivery of results within specified guidelines as outlined in the Statement of Work (SOW).
7. Administration of various laboratory test panels including Comprehensive Metabolic Panel, Lipid Panel, CBC with differential, and others as specified.

Period of Performance
The contract will be performed over a period of five years with individual BPA calls issued as needed.

Place of Performance
Services will be performed at the Utah Army National Guard / JFHQ Facility located at 12953 S Minuteman Drive, Draper, UT 84020.

Overview

Response Deadline
March 25, 2025, 10:00 a.m. EDT Past Due
Posted
Feb. 25, 2025, 4:28 p.m. EST
Set Aside
Small Business (SBA)
Place of Performance
Draper, UT 84020 United States
Source

Current SBA Size Standard
$41.5 Million
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
Est. Value Range
Experimental
$500,000 - $2,000,000 (AI estimate)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
99% of obligations for similar contracts within the Department of the Army were awarded full & open.
On 2/25/25 Utah National Guard issued Synopsis Solicitation W911YP25RA005 for 5-Year UTARNG Lab Services Blanket Purchase Agreement (BPA) due 3/25/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 621511 (SBA Size Standard $41.5 Million) and PSC Q301.
Primary Contact
Name
William T. Brown   Profile
Phone
(801) 432-4273

Documents

Posted documents for Synopsis Solicitation W911YP25RA005

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation W911YP25RA005

Award Notifications

Agency published notification of awards for Synopsis Solicitation W911YP25RA005

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation W911YP25RA005

Contract Awards

Prime contracts awarded through Synopsis Solicitation W911YP25RA005

Incumbent or Similar Awards

Contracts Similar to Synopsis Solicitation W911YP25RA005

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation W911YP25RA005

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation W911YP25RA005

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > NGB > W7N3 USPFO ACTIVITY UT ARNG
FPDS Organization Code
2100-W911YP
Source Organization Code
100221328
Last Updated
April 9, 2025
Last Updated By
william.t.brown68.civ@army.mil
Archive Date
April 9, 2025