Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2003 FBO #0601
SOLICITATION NOTICE

R -- Professional Personnel Support

Notice Date
7/21/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, MD, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
MDA905-03-R-0013
 
Response Due
8/20/2003
 
Archive Date
9/4/2003
 
Point of Contact
Beverly Roberts, Contracting Officer, Phone 301-295-3868, Fax 301-295-1716, - Beverly Roberts, Contracting Officer, Phone 301-295-3868, Fax 301-295-1716,
 
E-Mail Address
broberts@usuhs.mil, broberts@usuhs.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS) intends to award on a sole source basis, a contract to the Henry M. Jackson Foundation (HMJF) for the Advancement of Military Medicine, Rockville, MD for professional personnel to support the National Capital Area Medical (NCAM) Simulation Center at the HMJF in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. 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. This requirement has been determined to be a sole source procurement, based on the authority at FAR 6.302-1 (10 U.S.C. 2304(c)(1) or 41 U.S.C. 253(c)(1) Only One Responsible Source, which exempts this procurement from full and open competition. CONTRACT LINE ITEMS (CLIN) – CLIN 0001 – Provide professional personnel (four positions) to support the NCAM Simulation Center. CLIN 0002 – Provide equipment and supplies to support the NCAM Simulation Center professional personnel as described in the contract CLIN 0001. The DELIVERABLES: To employ individuals with appropriate skills to fill four positions including an operating room coordinator, a systems engineer, a computer specialist and a research computer engineer as well as provide equipment and supplies to meet the contract requirements for the personnel. The proposed contract will be awarded for a base year with four additional option years. The proposed contract is being awarded in accordance with the statutory authority 10 U.S.C. 2304(e)(5), “Authorized or Required by Statute.” that permits other than full and open competition and is in compliance with Public Law 92-426, entitled: “Uniformed Services Health Professions Revitalization Act of 1972” and Public Law 98-36, entitled: “Foundation for the Advancement of Military Medicine Act of 1983 as well as 10 U.S.C. 178 and 2113(j)(1)(A) that authorize the Uniformed Services University to award contracts on a sole source basis to the Henry M. Jackson Foundation. FAR CLAUSES AND PROVISIONS: The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items applies to this acquisition. The provision of FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. Any resulting award will be issued to the bidder offering the best value to the Government. Factors to be considered are technical capability, price and past performance with technical capabilities and price being significantly more important than past performance. Failure to provide the information relative to each evaluation factor may render offeror non-responsive. Prior to an award, all offerors are required to submit a completed copy of FAR 52.212-3 – Offeror Representations and Certifications – Commercial Items. Telegraphic or facsimile offers are not acceptable. EVALUATION FACTORS - The following evaluation criteria are included in paragraph (a) of that provision. The contractor must be able to meet the following technical criteria which will be evaluated to determine successful offeror: The acceptable contractor (1) must be able to provide qualified professional personnel that can provide the skills necessary as described following each position title – 1) Operating Room Coordinator: responsible for the Virtual Reality Operating Room (VROR) concept, operation, installation, testing and maintenance for equipment systems and subsystems assigned to the NCAM Virtual Reality/Operating Room; 2) Systems Engineer: manages the information technology system of the NCAM in support of this effort; 3) Computer Specialist: responsible for the installation, maintenance and upgrades of desktop computers, installation, maintenance and upgrades of the file server(s) providing customer support and for developing a database management system; 4) Research Computer Engineer: assists in the design and development of medical and surgical simulators and establishes a Computer Assisted Virtual Environment (CAVE) that will provide an environment where large medical teams can undergo mass casualty, triage and weapons of mass destruction training. 1) TECHNICAL CAPABILITY: Evaluation of technical capability and ability to meet the evaluation factors will be based on literature and technical capabilities. Each offeror is required to submit descriptive literature, or other documentation, to show how the offered services meets or exceeds the contract minimum requirements. 2) PRICE: Price shall be based on the offerors abilility to meet the personnel requirements at a reasonable cost to the government in accordance with personnel classification/equivalency rates as determined by the government. Offerors shall submit descriptive literature detailing technical capabilities. Technical acceptability will be determined solely on the content and merit of the information submitted in response to this provision as it compares to the minimum characteristics provided above. Therefore, it is essential that offerors provide sufficient technical literature, documentation, etc., in order for the Government’s evaluation team to make an adequate assessment of the proposal as to meeting technical acceptability. The full text of these clauses may be accessed electronically at this address: http://www.arnet.gov/far/. Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items. The following FAR clauses cited in 52.212-5 are applicable to this acquisition for supplies: 52.203-6, Restrictions on Subcontractor Sales to the Government (JUL 1995); 52.216-18 Ordering; 52.216-19 52.217-5, Evaluation of Options (JUL 1990); 52.217-6, Option for Increased Quantity; 52.217-8, Option to Extend the Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (APR 1984); 52.222-35, Affirmative Action for Disabled Veterans and Vietnam Era Veterans (APR 1998); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (JAN 1999); 52.225-3, Buy American Act Supplies (JAN 1994); 52.225-13 Restrictions on certain Foreign Purchases (FEB 2000); 52.225-21, Buy American Act North American Free Trade Agreement Implementation Act Balance of Payments Program (JAN 1997); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (May 1999); 52.232-36, Payment by Third Party; 52.239-1, Privacy or Security Safeguards (AUG 1996). Offer DUE date: August 20, 2003, 4:00 p.m. EDT. Information regarding this solicitation may be addressed to Beverly Roberts, Contracting Officer at 301 295-3868 or at broberts@usuhs.mil This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-12. ALL INTERESTED PARTIES SHALL SUBMIT OFFERS WITH THE FOLLOWING INFORMATION: Federal Tax Identification (TIN); Dun & Bradstreet Number (DUNS); remit to address if different; and business size. As of 31 May 1999 all Contractors must be registered in the Central Contractor Registration (CCR) Database as a condition for contract award. Contractors may register in the CCR through the World Wide Web at http://www.ccr.gov, or call the DOD Electronic Information Center at 1-800-334-3414.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/USUHS/BethesdaMD/MDA905-03-R-0013/listing.html)
 
Place of Performance
Address: Uniformed Services University of the Health Sciences 2460 Linden Lane Silver Spring, Maryland
Zip Code: 20910
Country: USA
 
Record
SN00377072-F 20030723/030721221942 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.