Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2008 FBO #2478
DOCUMENT

Q -- Medical Assessments - Statement of Work

Notice Date
9/6/2008
 
Notice Type
Statement of Work
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Virginia, Building 316, Fort Pickett, Blackstone, Virginia, 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-08-R-0006
 
Archive Date
10/2/2008
 
Point of Contact
Susan H. Quinn,, Phone: 434-298-6293
 
E-Mail Address
susan.quinn@us.army.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for nonpersonal health care services as defined in FAR 37-101, under which the contractor is an independent contractor. This announcement constitutes the only solicitation; proposals are being requested; a written solicitation is attached for ease in submitting a bid only. The solicitation number as shown in this announcement is a Request for Quotation (RFQ) W912LQ-08-R-0006. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. This solicitation is set aside for small business with NAICS of 621999 with a size standard of $10 million. The contractor will provide on site health assessments via mobile medical units to various locations across the state of Virginia for approximately 3,950 Virginia Army National Guard personnel. Some personnel will receive comprehensive exams; others will receive limited testing based on sex, age, occupation etc. The contractor agrees to provide the following services (quantities are approximate): CLIN 0001AA: 3,950 each Physical Examinations $ ________; CLIN 0001AB: 250 each Physical Examinations with DOT certification /documentation $ ________; CLIN 0001AC: 869 each Over 40 Physicals $_________; CLIN 0001AD: 200 each Chapter 2 Physicals $_________; CLIN 0001AE: 3,950 each Pulmonary Function Testing $ ________; CLIN 0001AF: 869 each Electrocardiograms (12 lead) $ ________; CLIN 0001AG: 395 each DNA Collection $ ________; CLIN 0001AH: 600 each Urine Pregnanacy tests $________; CLIN 0001AJ: 600 each Pap Smear ________; CLIN 0001AK: 2,750 each PPD $_________; CLIN 0001AL: 3,950 each Audiometry $_________; CLIN 0001AM: 3,950 Visual Accuity $_________; CLIN 0001AN: 3,950 each Oral Evaluations $_________; CLIN 0001AP: 1,185 Bitewing x-rays $_________; CLIN 0001AQ: 1,1185 Panograph x-rays $_________. All quantities are estimates. The VaARNG guarantees payment of 80% of quantities. The contractor shall provide a submittal including a quality control plan describing the contractor's understanding of the government's needs and how the contractor proposes to meet those requirements. Bid packages must include copies of the physician's certification/license and schematics of the mobile medical units to be used in the performance to ensure all OSHA, etc regulations will be met. Submittals are to include a description of past performance in similiar situations, in particular in a military environment. The Government may evaluate the quality of the professional and administrative services provided by the contractor, but retains no control over the medical, professional aspects of services rendered. The contractor is required to indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance. The contractor is required to maintain medical liability insurance in a coverage amount not less than the amount normally prevailing within the local community. In addition, any subcontracts for provisions of health care services must contain the requirements for clause 52.237-7. This contract will be a firm fixed price contract for one base year with two option years. Option year pricing is to be provided as part of this solicitation. Bids will be evaluated inclusive of option pricing. Outlying periods will be funded separately via a modification to the contract. ***The following clauses and/or provisions apply to this solicitation: FAR 52.212-1 Instructions to Offerors – Commercial Items, with the following technical description in sufficient detail to evaluate compliance with the requirements of the solicitation (ie: product literature), price and any discount, and delivery times; the provisions at 52.212-3 Offeror Representation and Certifications – Commercial Items, 52.212-4 Contract Terms and Conditions – Commercial Items applies to this solicitation, 52.212-5 Executive Orders – Commercial Items, with the following clauses marked: 52.219-6 Notice of Total Small Business Set-Aside, 52.219-8 Utilization of Small Business Concerns, 52.2119-14 Limitations on Subcontracting, 52.223-3 Convict Labor, 52.222-19 Child Labor – Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52-222-35 Equial Opportunity for Special Disabled Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.222-50 Combating Traffic in Persons, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-36, Payment by Third Party, 52.222-41 Service Contract Act, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-42 Fair Labor Standards Act and Service Contract Act; 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.232-19 Availability of Funds for the Next Fiscal Year, 52.233-2 Service of Protest, 52.237-7 Indemnification and Medical Liability Insurance, 52.252-1 Solicitation Provisions Incorporated by Reference, 52.252-2 Clauses Incorporated by Reference, 252.212-7002 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses marked: 52.203-3 Gratuities, 252. 225-7001 Buy American Act and Balance of Payments Program, 252.225-7036 Buy American Act - Free Trade Agreements - Balance of Payments Program, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea; 252.225-7000 Buy American Act - Balance of Payments Program Certificate, 252.225-7035 Buy American Act - Free Trade Agreement - Balance of Payments Program Certificate. The provisions at 52.252-2 Clauses Incorporated by Reference and 52.252-6 Authorized Deviation in Clauses apply to this solicitation. The provisions at 252.225-7000 Buy American Act – Balance of Payments Program Certificate, 252.204-7004 Required Central Contractor Registration and 252.212-7001Contract Terms and Conditions required to Implement Statutes or Executive Orders applicable to Defense Acquisitions of Commercial Items. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. A completed copy of provision 52.212-3 Offeror Representations and Certifications must be included with the bid. Vendors must be registered in the Central Contractors Registration (CCR); for more information on CCR visit the webpage at www.ccr2000.com. It is the offerors’ responsibility to monitor this site for the release of amendments (if any). Interested parties must submit any questions in writing using the attached Request for Information (RFI) form to the Contracting Officer listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing, by fax or email by 2:00 p.m. Eastern Standard time on Wednesday, 17 September 2008 to USPFO-P, Bldg. 316, Fort Pickett, Blackstone, VA 23824, attn: Susan Quinn, Contract Specialist or fax 434-298-6202, email susan.quinn@us.army.mil. *** NAICS 621999 Sales $10 million ***
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=00e2fa3b5af1b076438dd108a3f5e8d3&tab=core&_cview=1)
 
Document(s)
Statement of Work
 
File Name: Complete statement of work (W912LQ-08-R-0006 Health Assessments.doc)
Link: https://www.fbo.gov//utils/view?id=8fd5d235fd24509c396e672a8ec120c7
Bytes: 554.50 Kb
 
File Name: Request for Information form (Health Assess RFI form.doc)
Link: https://www.fbo.gov//utils/view?id=81a290c354e38f505b36bff8e3b0a0ef
Bytes: 35.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Throughout the state of Virginia, United States
 
Record
SN01662037-W 20080908/080906213843-00e2fa3b5af1b076438dd108a3f5e8d3 (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.