Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 22, 2004 FBO #0908
SOLICITATION NOTICE

U -- National Board Medical Examinations (NBME)

Notice Date
5/20/2004
 
Notice Type
Solicitation Notice
 
NAICS
611710 — Educational Support Services
 
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
HU0001-04-R-8003
 
Response Due
6/4/2004
 
Archive Date
6/19/2004
 
Point of Contact
David Denton, Procurement Analyst, Phone 301-295-0670, Fax 301-295-1716, - Danny Price, Procurement Analyst, Phone 301-295-3127, Fax 301-295-1716,
 
E-Mail Address
ddenton@usuhs.mil, dprice@usuhs.mil
 
Description
The Uniformed Services University of the Health Sciences (USUHS), the DOD Medical School and Health Sciences University, Multiple Disciplinary Laboratory (MDL), Bethesda, Maryland, intends to procure on a sole source basis various Medical Board Examination Services from the National Board of Medical Exams (NBME) of Philadelphia, PA. To the best of the Contracting Officers knowledge and understanding the NBME is the only organization offering these accredited exams that must be taken and passed by medical students to qualify for graduation and licensing. The statutory authority is citation 10 U.S.C. 2304 (c)(1) found at FAR 6.302- 1 Only one responsible source and no other supplies or services will satisfy agency requirements. This requirements contract will be for five years and consisting of a base year and four one year options and be a firm-fixed Price with Prospective Price Redetermination due to the fluctuating nature of the annual medical exam prices. The contract will cover all the currently offered medical exams and will allow for other exams to be added as they are issued and become available. Each year, prior to 1 July, the contractor will provide the revised annual pricing for the exams, which will then be implemented and incorporated into the contract by exercise of the option modification with the corrected pricing. One delivery order will be written each year, ordering an estimated quantity of each type of exams for that year. The Ordering Officer, will be the Director of the Multiple Disciplinary Laboratory (MDL) or his alternate designee, will place the actual orders for the exam by telephone, fax or through NBME web-based ordering system as available, using the department Government Purchase Card. The specific services and or products needed are the Step 1 and 2 USMLE Exams, the Step 1 and 2 Shelf Exams and the Clinical Skill Exam. The National Board of Medical Examiners is the only known source for these exams. This notice serves as a combined synopsis/solicitation for commercial items/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 contract line items for this requirement are as follows: CLIN 0001, NBME Exams for the Base Year, 1 July 2004 thru 30 June 2005, (Unpriced); 0001AA, Step 1 USMLE Exams, Estimated Qty ? 180 Each Per Year; CLIN 0001AB, Step 2 USMLE Exams, Estimated Qty ? 180 Per Year; CLIN 0001AD ? Shelf Exams; Estimated Qty- 2000 - Each Per Year; CLIN 0001AE ? Clinical Skill Exam, Estimated Qty ? 180 Each Per Year. Subsequent CLIN?s 0002 through 0004 will cover the four option years. The contract will allow for a fixed price prospective price redetermination of prices on the 12-month anniversary of each contract year. The contract will be awarded Subject to the Availability of Funds for the next Fiscal Year but will also cite that the cost of each exam that will be paid on an individual basis using the Government Purchase Card Program or the VISA/IMPAC convenience checks. The NBME does not accept bulk payment for all the exams, payment have to be made for each individual taking the exam. The DELIVERABLES: Various NBME Exams as specified in the contract schedule will be authorized for the individual within 30 days of receipt of application and payment. FAR CLAUSES AND PROVISIONS: The provision of FAR 52-212-1, Instruction to Offerors - Commercial Items applies to this acquisition. All offerors are required to submit a completed copy of Addenda to FAR Clause 52.212-1 1) Item (b) Submission of Offers is amended to include the following: Submit your proposal, with acknowledgment of amendments (if any), software licensing agreements (if any), descriptive literature and specifications for the proposed equipment and software, and the FAR 52.212-3 ? Offeror Representations and Certifications ? Commercial Items, prior to an award. Telegraphic or facsimile offers are not acceptable. Period for acceptance of offers is amended to include the following: The offeror agrees to hold the prices in their offer firm for 90 calendar days from the date specified for receipt of offers. The provision at 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. The following evaluation factors will be used if competitive offers are received in response to this notice. EVALUATION FACTORS - The following evaluation criteria are included: (1) Technical Capability - capability to perform required work and provide the required journals and meet the requirements of the contract as specified above; and (2) Price. Addendum to FAR clause 52.212-2. Evaluation Factors for award: Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Factors that will be considered are Technical Capability and Price. Technical Capability is significantly more important than price. Failure to provide the information relative to each evaluation factor may render offer non-responsive. 1) TECHNICAL CAPABILITY: Evaluation of technical capability and ability to meet the requirements will be based on product literature, technical features and/or warranty provisions. Each offeror is required to submit licensing, descriptive literature, or other documentation, to show how the offered product or service meets or exceeds the requirements as specified; and (2) PRICE: includes exam costs and any other associated costs to administer and grade the exams. Evaluation is based on best value including cost and ability to meet stated requirements above. Offerors shall submit descriptive literature detailing features, technical capabilities and warranty data. 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 technical assessment of the quote 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); 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984); 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). In addition to the clauses in FAR 52.212-5, the following clauses are also included in solicitation and resulting contract: 52.207-4 Economic Purchase Quantity ? Supplies (AUG 1987); 52.209-6 Protecting the Government?s Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3 Convict Labor; 52.222-19 Child Labor ? Cooperation with Authorities and Remedies; 52.222-37 Employment Reports on Special Disabled Veterans; 52.2258 Duty Free Entry (FEB 2000); 52.225-13 Restrictions on Certain Foreign Purchases (JUL 2000); 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registry (MAY 1999); 52.233-3 Protest After Award (AUG 1996); 52.242-15 Stop Work Order (AUG 1989); 52.247-34 F.O.B. Destination (NOV 1991); 52.247-45 F.O.B.Origin and/or Destination Evaluation (APR 1984); 562.252-4 Alterations ion Contract (APR 1984); 252.204-7003 Control of Government Personnel Work Product (APR 1992); 252.204-7004 Required Central Contractor Registration (NOV 2001); 252.225-7000 Buy American Act ? Balance of Payments Program Certificate (SEP 1999); 252.225-7001 Buy American Act And Balance of Payments Program (MAR 1998); 252.225-7002 Qualifying Country Sources as Subcontractors (DEC 1991); 252.225-7009 Duty-Free Entry ? Qualifying Country Supplies (AUG 2000); 252.243-7001 Pricing of Contract Modifications (DEC 1991). 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.
 
Place of Performance
Address: 4301 Jones Bridge Road, Bethesda, Maryland
Zip Code: 20814-4799
Country: United States
 
Record
SN00589873-W 20040522/040520212630 (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.