Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2007 FBO #2200
SOLICITATION NOTICE

Q -- Medical Assistance/Emergency Services

Notice Date
10/10/2007
 
Notice Type
Solicitation Notice
 
NAICS
524114 — Direct Health and Medical Insurance Carriers
 
Contracting Office
Millennium Challenge Corporation, MCC, Washington DC, 875 Fifteenth Street, N.W., Washington, DC, 20005, UNITED STATES
 
ZIP Code
20005
 
Solicitation Number
MCC-08-0014-RFQ-79
 
Response Due
10/22/2007
 
Point of Contact
Olena Evans, Contracting Specialist, Phone 202-521-3600, Fax 202-521-3947, - Olena Evans, Contracting Specialist, Phone 202-521-3600, Fax 202-521-3947
 
E-Mail Address
evansoo@mcc.gov, evansoo@mcc.gov
 
Description
This is a combined synopsis/solicitation for commercial item prepared in accordance with FAR Subpart 12.6. This announcement constitutes the only solicitation; proposals are being requested and a paper solicitation will not be issued. The solicitation number is MCC-08-0014-RFQ-79, and is issued as a request for quotation (RFQ), with incorporated provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-17. A firm fixed price contract is anticipated. The period of performance is one year with options for four additional years. This requirement is being synopsized under the North American Industry Classification System code 524114 - Direct Health and Medical Insurance Carriers, and the size standard is $6.5M. Description: The Millennium Challenge Corporation (MCC), 875 Fifteenth Street, NW, Washington, DC, 20005, intends to acquire medical assistance services for its personnel traveling and living abroad. The purpose is to obtain emergency medical assistance services 24 hours/7 days a week when the traveler and/or eligible family member is 100 or miles away from their permanent residence on official travel or a permanent assignment. The following is a sampling of the countries in which travel may occur: Armenia, Benin, Bolivia, Burkina Faso, Cape Verde, Dominican Republic, East Timor, Ecuador, Georgia, Ghana, Honduras, Jordan, Lesotho, Madagascar, Mali, Moldova, Mongolia, Mozambique, Namibia, Nicaragua, Panama, Peru, Senegal, Sri Lanka, Ukraine, United States, Vanuatu. A medical emergency is defined as physical, mental and/or natal. All MCC employees and their eligible family members traveling on official temporary duty orders or official permanent assignment orders are under the direct jurisdiction of the U.S. Ambassador. As such, the U.S. Embassy serves as the first point of contact in most emergency situations. If a traveler is injured, becomes ill or is deemed mentally unstable and adequate medical care is not available, the selected contractor will work in tandem with the U.S. Embassy medical staff, when such staff is available. Final decisions on medical evacuations able to MCC are to be in joint consultation between the contractor, the U.S. Embassy medical staff and if possible the injured party or his/her guardian. The following services are not required but are HIGHLY DESIRABLE: The countries to which MCC permanently assigns its employees are considered inadequate for safe births. All pregnant personnel must be medically evacuated for a period of three months - six weeks prior to and six weeks post birth. The medical evacuation includes the pregnant female and minor children that the spouse remaining in country is unable to care for. Deliverables: A. The contractor will provide standard ID cards and program descriptions to MCC for each covered employee. B. If a traveler is left alone or hospitalized for more than 7 days, the contractor will coordinate for a family member to join them. C. If minor children are left unattended due to a medical emergency, the contractor will coordinate their return home, accompanied by a qualified escort if necessary. D. If a traveler should pass away while on official travel, the contractor will arrange for their remains to be returned to their permanent residence. E. The contractor will facilitate the transfer of medication, vaccines and blood products if unsafe or unavailable in country. F. The contractor will provide the following medical assistance services: - In the event of illness of injury, the contractor will make new reservations for airlines, hotels and other travel services as needed. - The contractor will assist in replacing passports, tickets and other important documents. - The contractor can provide immediate translation services in a variety of languages and/or referrals to local interpretation services. - Travelers may send and receive emergency messages via the contractor. - The contractor will provide medical referrals for worldwide medical and dental care. - When consent is given, the contractor will notify appropriate individuals of the situation. - When consent is given, the contractor will transfer medical information and records to the traveler or the appropriate physician. - The contractor will arrange for the replacement of corrective lenses or medical devices if they are lost, stolen or broken during travel. Estimate Population Covered: Base Year 250 temporary duty travelers; 36 permanently assigned employees; 50 eligible family members; 3 maternity medical evacuations Option Year 1 250 temporary duty travelers; 40 permanently assigned employees; 60 eligible family members; 3 maternity medical evacuations Option Year 2 250 temporary duty travelers; 44 permanently assigned employees; 66 eligible family members; 3 maternity medical evacuations Option Year 3 250 temporary duty travelers; 44 permanently assigned employees; 66 eligible family members; 3 maternity medical evacuations Option Year 4 250 temporary duty travelers; 44 permanently assigned employees; 66 eligible family members; 3 maternity medical evacuations Proposals shall be based on the assumption that MCC staff will be taking approximately 1,000 national and international trips per year of 14 days in length. The provisions at FAR 52.212-2, Evaluation?Commercial Items (JAN 1999) apply to this Solicitation are hereby incorporated as follows: FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: - Technical capability of the item offered to meet the Government requirement; and - Past performance (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) NOTE: All quotes MUST include price(s), payment terms, and a point of contact (POC), name and phone number. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. To be eligible for award, offerors must be registered in the Central Contractor Registration (CCR), as required by FAR 52.204-7, Central Contract Registration. The database can be accessed at http://www.ccr.gov. If you are already registered in the CCR, you are advised to review your information to ensure that your registration is complete and verified. FAR 52.212-1, Instructions to Offers-Commercial Items applies to this acquisition. Each offeror shall include a completed copy of the provision at FAR 52.212-3, including Alt I, Offeror Representations and Certifications-Commercial Item (Nov 2006). If you have an updated version of Representation and Certification at the Online Representations and Certifications Application (ORCA) website, you can include a statement reflecting this in your offer rather than sending a copy of the Representations and Certifications. FAR 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Order-Commercial Items (Mar 2007) is incorporated by reference. The reference clauses may be viewed at http://www.arnet.gov/far. Offers are to be received by no later than 5:00 p.m., EDT, on October 22, 2007, at Millennium Challenge Corporation, 875 Fifteenth Street, NW, Washington, DC, 20005. Fax or e-mail quotes are also acceptable. Fax number: (202) 521-3947 or e-mail: evansoo@mcc.gov. Point of Contact: Olena O. Evans, Contract Specialist (phone: 202-521-3647). NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (10-OCT-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 03-DEC-2007, 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.fbo.gov/spg/MCC/MCCMCC/MCCMCC01/MCC-08-0014-RFQ-79/listing.html)
 
Place of Performance
Address: 875 Fifteenth Street, NW Washington, D.C.
Zip Code: 20005
Country: UNITED STATES
 
Record
SN01462541-F 20071205/071203231059 (fbodaily.com)
 
Source
FedBizOpps 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.