Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 07, 2008 FBO #2538
SOLICITATION NOTICE

99 -- ISO 9001 External Audits for Naval Medical Logistics Command

Notice Date
11/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, Maryland, 21702-9203
 
ZIP Code
21702-9203
 
Solicitation Number
N62645-08-T-0008
 
Archive Date
11/29/2008
 
Point of Contact
Christina Boyd-Brown,, Phone: 301-619-2059, Burzie C Baker III,, Phone: 301-619-0707
 
E-Mail Address
christina.boyd-brown@med.navy.mil, burzie.baker@med.navy.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ). The Request for Quote number is N62645-09-T-0008. Provisions and clauses in effect through Federal Acquisition Circular 2005-27 are incorporated. It is the contractor’s responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dars/dfars/index.htm. This procurement is reserved for small businesses. This procurement will be classified under North American Industry Classification System (NAICS) Code 541611, with a small business size standard of $7.0 million. The Naval Medical Logistics Command intends to negotiate with vendors for ISO 9001:2000 registration (external audits). STATEMENT OF OBJECTIVES ISO 9001 External Audits for Naval Medical Logistics Command 1. Naval Medical Logistics Command (NMLC), Fort Detrick, Frederick, MD, requires the services of an accredited ISO registrar for audit services to maintain the command’s current ISO 9001:2000 registration. NMLC’s quality management program (QMP) was originally registered to meet ISO 9002:1994 standard on 15 November 1999 and subsequently registered to the 9001:2000 standard. The current registration expires 10 December 2008. Audits have been performed on 6-month intervals, with the last 2-day audit having taken place in June 2008. 2. The purpose of a potential change in registrars is to meet Federal regulations relating to contract competition. 3. NMLC’s mission is to meet the medical materiel and service needs of the Shore Establishments and Operational Forces. NMLC provides Navy Medical Treatment Facility (MTF) and operational customers with medical logistics support in the form of medical equipment, supplies and healthcare service acquisition strategies; engineering technical support for medical equipment; deployable platform allowance configuration; logistics business process and IT system solutions; legal assistance for healthcare contracting; logistics planning, guidance and training. 3.1 Currently NMLC has approximately 48 documented business processes. 3.2 Currently NMLC has approximately 158 Officers, enlisted, civilians and contract employees. 3.3 NMLC’s current registration is European Accreditation of Certification (EAC) code 38, Statistical Nomenclature for Economic Activities (NACE) code 85.12. 4. NMLC desires to continue a 6-month audit schedule. The registrar shall coordinate each audit with the Contracting Officer’s Representative (COR) not less than 2 months in advance. The registrar shall provide the COR with a specific agenda for each audit not less than 1 month in advance of the audit. During the second audit each year, the auditor shall provide some targeted training of NMLC’s internal auditor staff to assist them in improving skills in areas uncovered during the audit. Also during the second audit, the auditor shall review any specific areas of the QMP identified by the management representative for feedback. 5. Registrar qualifications. The registrar shall possess and maintain the following qualifications. All qualifications are required minimums unless specified as desirable or preferred. 5.1 Accreditation by the ANSI-ASQ National Accreditation Board (ANAB) as a certifying body for ISO 9001 quality management systems (QMS). 5.2 Accreditation in the Standard Industrial Classification Code (SIC) or EAC of 38 for Health/Social Work. 5.3 Headquartered in the United States. 5.4 Experience with certification of medical logistics related services is preferred. 6. The following documents/resources will be available to the contractor for this engagement: ISO Quality Map Management Operating Procedure (MOP) Quality Policy Manual NMLC Strategic Plan NMLC Business Plan ISO flow charts Standard Operating Procedures (SOPs) for the ISO controlled processes Access to NMLC Directors and/or Process Owners 7. During on-site visits to NMLC, the contractor will be provided use of office space, telephone, copy machines, and printers for contract performance. 8. Deliverables. The contractor shall provide hard copy and Microsoft Office electronic documentation for the results of each audit visit. Audit reports will conform to ISO 9001:2000 standards established by American National Standards Institute (ANSI). 9. All products of this contract shall become and remain the property of the Government. 10. The contractor shall obtain written authorization from the Commanding Officer (CO) prior to release of any information discovered during the audit process, including, but not limited to reports, data, and findings to anyone other than the CO and his/her designated representative. PERIOD OF PERFORMANCE 01 December 2008 – 30 September 2009 (Base) 01 October 2009 – 30 September 2010 (Option) 01 October 2010 – 30 September 2011 (Option) CLIN 0001 – FY09 0001AA – Recert Audit (Visit 1) – Dec 2008 0001AB – Surveillance Fee (Visit 2) – Jun 2009 0001AC - Accreditation 0001AD – Travel FY09 CLIN 1001 – FY10 1001AA – Surveillance Fee (Visit 3) – Dec 2009 1001AB – Surveillance Fee (Visit 4) – Jun 2010 1001AC - Accreditation 1001AD – Travel FY10 CLIN 2001 – FY11 2001 AA – Surveillance Fee (Visit 5) – Dec 2010 2001 AB – Surveillance Fee (Visit 6) – Jun 2011 2001 AC - Accreditation 2001 AD – Travel FY11 Evaluation Factors for Award: The Government intends to award a contract resulting from this solicitation to the responsible offeror whose offer is the Best Value, cost and other factors considered. The past performance factors are significantly more important than price. However, price may become a critical factor in the event that two or more offerors are determined to be essentially equal following the evaluation of technical and past performance factors. Evaluation of price will be based on the offeror’s total price for all line items. The Government anticipates award of a Firm Fixed Price Contract. The Government reserves the right to make no award as a result of this solicitation. 1.)Past performance 2.)Price - PAST PERFORMANCE -Past Performance Proposal In accordance with electronic submission requirements given in this section, the offeror shall submit the following: (1) The offeror shall provide information about not more than 3 of their previous/current contracts/engagements that are relevant to the requirements of the solicitation. In order to be considered relevant, the services must have been provided within the last 5 years from the date of the solicitation. The more closely the previous/current contract services match the solicitation requirements in terms of the type of services being audited/registered, the more relevant the contract/engagement will be considered. (2) If a subcontracting relationship is proposed, the offeror shall submit the consent of its proposed principle subcontractor(s) to disclose their past performance information to the prime contractor (offeror) along with the offeror’s proposal submission. If the proposed principle subcontractor(s) consent is not provided at the time of the offeror’s proposal submission, the past performance information for the principle subcontractor(s) may not be considered by the government in assessing the offeror’s past performance. (3) IF THE OFFEROR HAS NO RELEVANT PAST PERFORMANCE, they shall affirmatively state that they possess no relevant past performance. (4) The offeror's past performance information must include the following information on each contract: (a) The contract number and task order number, if applicable. (b) A brief description of services provided under the contract, with sufficient detail to demonstrate its relevance to the solicitation requirements. (c) Dates of services provided. (d) Name, organization, and telephone number of a VERIFIED point of contact at the entity where services WERE/ARE PROVIDED who can attest to the quality of services provided. (The Government will be contacting the points of contact to verify and rate past performance information.) (e) The number, type and severity of any quality, delivery or price problems in performing the contract, the corrective action taken, and the effectiveness of the corrective action. (f) Additional information. A discussion of noteworthy successes, accomplishments, awards, or commendations achieved during the referenced experience and any other information the offeror considers relevant to its corporate experience. - Past Performance Proposal Evaluation. Past Performance Proposals submitted in response to this solicitation will be evaluated in accordance with the following: a. Past Performance Information (1) The Government will first evaluate the offeror's Past Performance information to determine whether the company has relevant Past Performance. In doing so, the Government will examine the age of the previous/current contracts/engagements. (2) The Government will then evaluate the quality and quantity of the offeror's Past Performance. The Government reserves the right to contact the points of contact identified in the offeror’s proposal for the purpose of assessing the offeror’s record of Past Performance. (3) The Government will not restrict its Past Performance evaluation to information submitted by the offeror but will also consider any other relevant information in its possession and may contact references for that information. (4) Based on the relevance, quality, and quantity of the offeror’s Past Performance, the Government will assess the risk to the Government of future non-performance of solicitation requirements by the offeror. - PRICE BUSINESS PROPOSAL INSTRUCTIONS: Business proposal shall specify: The Business proposal shall not contain any data that the offeror intends to be evaluated for technical compliance. Business proposals will be evaluated for Completeness and Reasonableness (the degree to which the proposed prices compare to the prices a reasonable, prudent person would expect to incur for the same or similar services and commensurate with the Governments need). The government anticipates award of a Firm Fixed Price contract. Companies shall submit firm-fixed pricing for the CLIN/SubCLINs. Include commercial price lists and if applicable, any FSS schedule numbers and pricing, and any applicable discounts to the Government. Sufficient information will be required for the Government to determine the proposed price fair and reasonable. OTHER ADMINISTRATIVE INSTRUCTIONS: companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with Business proposal. Other Administrative instructions: In order to be determined responsible and considered for award, the vendor shall provide company details, specifically: Complete company name and address: Fax number: Phone Number: Current and valid Tax Identification Number (TIN): Current and valid CAGE Code: Current and valid DUNS number: Central Contractor Registration (CCR). Offerors must be registered in the Central Contractor Registration database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov; prior to contract award. Provide DUNS number, Cage Code and TIN. Please specify if vendor offered solutions are available from the GSA Federal Supply Schedule. Please specify if your company a large, small, small woman owned, small veteran owned, disadvantaged, SDVOSB, or 8A business (See 52.212-3, ALT I below). FAR Provisions & Clauses: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.219-8, Utilization of Small Business Concerns; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-41, Service Contract Act of 1965, as Amended 52.222-42, Statement of Equivalent Rates for Federal Hires 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.232-36, Payment by Third Party FAR 52.217-9 Option to Extend the Term of the Contract FAR 52.219-6 Notice of Total Small Business Set-Aside FAR 52.233-1 Disputes Offerors are reminded to include a completed copy of 52.212-3 ALT I with RFQ response. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: FAR 52.247-34, F.O.B. Destination; DFAR 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004) DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items, In compliance with said clause, following additional DFARS clauses apply: 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7012, Preference for Certain Domestic Commodities, 252.225-7021, Trade Agreements; Any proposal that does not provide, at a minimum, an answer to each requirement in this solicitation may be determined to be substantially incomplete and not warrant any further consideration. Proposals to this solicitation are due not later than 4:00 PM (Eastern Time) 14 November 2008 and shall be sent via email with MS Office, Excel, or Adobe PDF attachments. All questions concerning this procurement must be submitted by 1:00pm EST, 10 November 08. Email proposals shall be sent to Christina Boyd-Brown at christina.boyd-brown@med.navy.mil. Faxed proposals will also be accepted, fax number is (301) 619-1132. Email is preferred. Phone calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=db1f4e11a1ab919d35bba3e10c3e59b8&tab=core&_cview=1)
 
Place of Performance
Address: Naval Medical Logistics Command, 1681 Nelson Street, Fort Detrick, Maryland, 21702, United States
Zip Code: 21702
 
Record
SN01701212-W 20081107/081105215400-db1f4e11a1ab919d35bba3e10c3e59b8 (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.