Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2005 FBO #1222
SOLICITATION NOTICE

Q -- USPTO Health Services

Notice Date
10/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
621498 — All Other Outpatient Care Centers
 
Contracting Office
Department of Commerce, Patent and Trademark Office (PTO), Office of Procurement, Box 6, Washington, DC, 20231
 
ZIP Code
22313-1450
 
Solicitation Number
DOC52PAPT0501001
 
Response Due
11/15/2004
 
Point of Contact
Brendon Johnson, Contract Specialist, Phone 703-305-8146, Fax 703-305-8294,
 
E-Mail Address
BrendonJ.Johnson@USPTO.GOV
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION - This is a combined synopsis/solicitation for commercial items following the Test Program at FAR Subpart 13.5. This solicitation is prepared in accordance with the format in FAR Subpart 12.6 and as supplemented with additional information included in this notice and at the USPTO website for this solicitation: http://www.uspto.gov/web/offices/ac/comp/proc/currproj.htm. This solicitation follows additional flexibilities provided under the Patent and Trademark Acquisition Guidelines (PTAG) for formatting of the solicitation. This announcement constitutes the only solicitation or Request for Quote (RFQ) and will follow Simplified Acquisition Procedures (SAP). Responses are requested pursuant to this announcement. All responses shall reference Solicitation DOC52PAPT0501001. This solicitation incorporates all of the applicable provisions and clauses in effect through FAC 01-25, as if stated in full text, as well as the terms and conditions of FAR 52-212-1. The United States Patent and Trademark Office (USPTO) anticipates awarding a firm fixed-price commercial items contract as a result of this solicitation. The anticipated period of performance is five years with one (1) base year and an option for up to four (4) additional years. This is a TOTAL 100% Small Business Set-aside under North American Industrial Classification Code System (NAICS) code 621498. CONTRACT LINE ITEM NUMBERS (CLIN) - The following items are required to support the Government operations of the United States Patent and Trademark Office. The Contractor shall provide health care services and supplies in accordance with the following: BASE YEAR CLIN DESCRIPTION QTY UNIT UNIT PRICE 0001 Health Unit Services 1 Year OPTION YEAR ONE CLIN DESCRIPTION QTY UNIT UNIT PRICE 0002 Health Unit Services 1 Year OPTION YEAR TWO CLIN DESCRIPTION QTY UNIT UNIT PRICE 0003 Health Unit Services 1 Year OPTION YEAR THREE CLIN DESCRIPTION QTY UNIT UNIT PRICE 0004 Health Unit Services 1 Year OPTION YEAR FOUR CLIN DESCRIPTION QTY UNIT UNIT PRICE 0005 Health Unit Services 1 Year PURPOSE - The purpose of this solicitation and the resultant commercial contract is to gain a comprehensive program of occupational medicine providing a full range of emergency medical care, fitness-for-duty examinations, preventive health screening examinations, treatment and/or assessment of on-the-job illnesses and injuries, authorization for emergency medical treatment at another facility, employee health maintenance examinations, general medical services which help keep employees at work, and the administration of allergy shots and other immunizations to employees and visitors of the USPTO. SCOPE OF WORK - The Contractor shall provide personnel with supervision to conduct a comprehensive program of occupational medicine for the USPTO and General Services Administration (GSA) component served under this contract at two locations including: Jefferson Building North Tower Building Room C01B85 Room 9AO1 500 Dulany Street 2800 Crystal Drive Alexandria, VA 22313-1450 Arlington, VA 22202 Additional servicing of other Department of Commerce (DOC) bureaus or agencies may be incorporated by modification into this contract. REQUIREMENTS The Contractor shall furnish the necessary personnel, material, equipment, and services to perform the Statement of Work provided at http://www.uspto.gov/web/offices/ac/comp/proc/currproj.htm. INSTRUCTION TO OFFERERS – All interested offerors are invited to attend an on-site visit to be held on October 27, 2004. Please contact Ms. Carol Barnhill at 703-305-9286, No Later Than COB October 25, 2004, for coordination. Attendance at the on-site visit is mandatory in order to be eligible for award. All questions pertaining to the RFQ shall be submitted electronically to Kathy.sanpietro@uspto.gov. Questions must identify the author and company name. All questions and responses pertaining to the RFQ will be published and made available as an amendment to this solicitation. The identity of the author and associated company name of the question will not be published. All questions regarding the RFQ are due by 2PM October 28, 2004. Receipt of late questions will not result in an extension to the response due date, nor can the USPTO guarantee that answers will be provided before the response due date. In addition to the provisions of 52.212-1 “Instructions to Offerors-Commercial Items”, all offerors must submit the following technical, past performance, and price information with their quotation: 1.1 COMPANY AND PERSONNEL INFORMATION A. Company Operations and Small business certification, as well as other pertinent company information. B. Key Personnel and Operating Personnel. Provide a resume for the Physician, Supervising/Charge Nurse, RN, Treatment Nurse, RN, and Clinical Nurse Practitioner, RN, NP. 1.2 MANAGEMENT APPROACH Discuss your management approach to provide the planning services in order to meet the requirements of this solicitation. Limit the information to a maximum of ten pages. 1.3 EXPERIENCE AND PAST PERFORMANCE for similar services a. Provide at least three examples of services performed during the last three years similar in nature in order to demonstrate the Offeror's experience and ability to provide skilled personnel and Offeror’s ability. Limit the information to a maximum of 10 pages. For each project, provide the following information: Current point- of- contact (Contracting Officer and COTR), point of contacts' telephone number, fax number, email addresses (if available), contract title (if applicable), contract number, contract type, period of performance, dollar amount, and description of the work performed; Type of client (commercial or governmental) and whether Offeror had direct contract with client or a third party; Describe how these services are similar to this USPTO service. 1.4 PRICING Submit pricing for each Contract Line Item Number (CLIN) according to the schedule provided in this solicitation. Offerors shall include a completed copy of the provision at 52.212-3, “Offeror Representations and Certifications – Commercial Items” with its offer. Best Value Basis for Award: a commercial items contract will be awarded to the responsible small business offeror whose quote, conforming to the solicitation, is the most advantageous to the Government for technical factors (company and personnel information, management approach), past performance, and price. Technical and past performance, when combined, are significantly more important than price. The award will include the clauses cited at FAR 52.212-4 “Contract Terms and Conditions – Commercial Items” and 52.212-5 “Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items.” This award will include the USPTO security clauses provided at http://www.uspto.gov/web/offices/ac/comp/proc/currproj.htm. Offerors must be registered in the Central Contractor Registration (CCR, at www.ccr.gov) in order to be eligible for award. Responses shall be delivered via email to Kathy.sanpietro@uspto.gov, cc brendonj.johnson@uspto.gov, no later than 2:00 PM on November 15, 2004. The point of contact for information regarding this solicitation is Brendon Johnson at 703-305-8146. Alternate Point of Contact is Kathy San Pietro at 703-305-8021. NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-OCT-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 30-MAR-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/PTO/OPDC20220/DOC52PAPT0501001/listing.html)
 
Place of Performance
Address: Jefferson Building Room C01B85 500 Dulany Street Alexandria, VA 22313-1450 North Tower Building Room 9AO1 2800 Crystal Drive Arlington, VA 22202
 
Record
SN00779105-F 20050401/050330214255 (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.