Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2008 FBO #2547
SOLICITATION NOTICE

Q -- Family Practice Physicians

Notice Date
11/14/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of the Army, U.S. Army Medical Command, MEDCOM, North Atlantic Regional Contracting Office, Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-09-R-0201-U001
 
Response Due
11/19/2008
 
Archive Date
1/18/2009
 
Point of Contact
Laurence G. Lansing, 202-356-0812<br />
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items 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 can be requested and a written solicitation will not be issued in fedbizopps. Date: 14 November Year: 2008 Contracting Office Zip Code: 20307 Classification Code: 621111 Contracting Office Address: 6900 Georgia Ave, NW. Washington, DC 20307-50001 Subject: 2 Full Time Family Practice Physicians Solicitation Number: W91YTZ-09-R-0201-U0001 Closing Response Date: 19 November 2008 Contact Point or Contracting Officer: Tiffani Harris (202) 782-1420 Set-aside Status: Service Disabled Vetran Owned Small Business W91YTZ-09-R-0201-U0001 is issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 27. North Atlantic Regional Contracting Office (NARCO) intends to issue a firm fixed price purchase order for 2 Family Practice Physician Personal Services, Kelly Army Community Hospital in West Point, New York. Period of Performance is 1 December 2008 to 30 November 2009 w/ four 1 year option years extending through 30 November 2013. This requirement will be procured in accordance with Federal Acquisition Regulation Part 15. This is a set-aside for service disabled veteran owned small business. NAICS code is 621111, size standard of $9.0 million. All responsible sources may submit RFP which shall be considered by the Agency. Affirmative written response must be received no later than 19 November 2008 by close of business (COB) 5:00 p.m. FAR provision 52.212-1 [Instructions to Offerors Commercial] applies to this acquisition to include the following addenda: All offerors are cautioned that if selected for award, they must be registered with the Central Contractor Registration (CCR) program. The CCR can be accessed via the internet at www.ccr.gov/. Confirmation of CCR registration will be validated prior to awarding a contract. Evaluation Process: All proposals will be evaluated in accordance with the following criteria: Technical information, past performance and price. Vendors shall include a completed copy of FAR provision 52.212-3 with their offer. The provision can be downloaded by accessing the website listed in this solicitation. FAR clause 52.212-4 [Contract Terms and Conditions Commercial Items] applies to this acquisition to include the following addenda: Defense Federal Acquisition Regulation Supplement (DFARS) 252.232-7003 Electronic Submission of Payment Requests and DFARS 252.211-7003. FAR Clause 52.212-5 [Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items] applies to this acquisition and the following sub FAR Clauses apply: 52.203-6 [Restrictions on Subcontractor Sales to the Government]; 52.222-3 [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 [Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans]; 52.222-36 [Affirmative Action for Workers with Disabilities]; 52.232-33 [Payment by Electronic Funds Transfer Central Contractor Registration]; and 52.232-36 [Payment by Third Party]. All information in response to this notification must be submitted in writing to the attention of point of contact, Tiffani Harris. All questions concerning this solicitation must be submitted by E-mail. E-mail: tiffani.harris@amedd.army.mil. SUBMISSION OF OFFERS. The solicitation should be completed, signed and received at this office not later than the date/time specified in Block 8 of the solicitation (Standard Form [SF] 1449). Please note that your offer must include all of the following information. Submit proposal three separate parts as follows: PART I:TECHNICAL INFORMATION. The contractor shall provide a Recruitment and Retention Plan. The information provided by the offeror will be a significant factor in the Governments determination of technical acceptability. Subfactor 1-- Recruitment Plan must describe the recruitment of qualified personnel performing task orders. Subfactor 2 Retention plan is based on the break down of the contractors compensation plan demonstrating employee salary amount and employee fringe benefits. PART II: PAST PERFORMANCE. Offeror is required to submit information, on a single page, identifying federal, state and local government and private contracts performed within the past three years, which are similar in scope and complexity to the effort described in this solicitation. If none, offeror should so state and provide information on references. 1. Information provided by the contractor shall state: a)the type of service provided, b)name, telephone and fax numbers of a point of contact in the administering contracting office, -award/contract number, the term of the contract, number, the total amount, and number and types of personnel furnished. PART III: PRICE. If the prices are the same for each contract period, provide one schedule and state that the schedule applies to all contract periods. The information provided in this schedule will be used to assist in the price analysis described in EVALUATION OF THE PROPOSED PRICES, in ADDENDUM TO FAR 52.212-2, EVALUATION COMMERCIAL ITEMS. a)Price Schedule. DO NOT round figures in the pricing schedule. b)Complete and sign SF 1449, page 1, Blocks 17a & b, 30a, b & c. c)Signed amendments (if any). d)Representations and Certifications found at FAR 52.212-3 and DFAR 252.212-7000 MUST be completed. EVALUATION PART I: TECHNICAL EVALUATION. The Recruitment and Retention Plan will be evaluated as follows. Subfactor 1: The Recruitment Plan will be evaluated based upon on the ability and effectiveness of the approach to recruit qualified personnel. Subfactor 2: Retention Plan - Retention plan is based on the break down of the contractors compensation plan demonstrating employee salary amount and employee fringe benefits (ie training, health insurance, etc). Compensation plan will be evaluated as realistic in terms of its impact upon retention. A low, or no compensation plan, may be viewed as evidence of failure to comprehend the complexity of the contract requirements for geographic area where performance will take place. Compensation levels lower than those in the salary market for the geographic area for services will be evaluated on the basis of maintaining program continuity, uninterrupted high-quality work and availability of required competent service employees. The salary compensation will take into consideration the compensation plan in addition to the base salary. a. Written proposals will be adjectively evaluated and placed into one of the following categories, defined as follows: Excellent The proposal strengths demonstrate an excellent understanding of the requirements (example, experience in the specific area of service) and the new or proven approach significantly exceeds performance or capability standards. The proposal has several exceptional strengths that will significantly benefit the government. The proposal has no weaknesses, normal contractor effort and normal government monitoring will be sufficient to minimize risk. The proposal is extensive, detailed, and exceeds all requirements and objectives; therefore, has a high probability of meeting the requirements with little or no risk to the government. Good - The proposal demonstrates good understanding of the requirements and the approach exceeds performance or capability standards. The proposal has one or more strengths that will benefit the government. Any proposal weakness has little potential to cause disruption of schedule, increase in cost, or degradation of performance. Normal contractor effort and normal government monitoring will probably e able to overcome difficulties. The proposal generally exceeds requirements in minor areas; therefore, has a good probability of meeting the requirements with little risk to the government. Satisfactory Proposal demonstrates an acceptable understanding of the requirements and the approach meets performance or capability standards. The proposal has one or more strengths that will benefit the government. The proposal has no material weaknesses. Any proposal weakness can potentially cause disruption of schedules, increase in cost, or degradation of performance. Special contractor emphasis and close government monitoring will probably minimize any difficulties of risk. The proposal generally meets requirements; therefore, has an acceptable probability of meeting the requirements. Marginal The proposal demonstrates a limited understanding of the requirements and the approach only marginally meets performance or capability standards necessary for minimal contract performance. The performance has minor omissions and demonstrates a misunderstanding of the requirement that may be corrected or resolved through discussions without a complete revision of the proposal. The approach has weaknesses that can potentially cause some disruption of schedule, increase in cost or degradation of performance even with special contractor emphasis, and close government monitoring. Unsatisfactory The proposal demonstrates a misunderstanding of the requirements and the approach fails to meet performance or capability standards. The proposal has major omissions and inadequate detail to assure the evaluators that the offeror has an understanding of the requirements. The proposal proposes an unacceptable risk and cannot meet the requirements without major revisions. b. The Contracting Officer's determination for technical acceptability will be based only on the technical evaluation from technical evaluators. PART II: PAST PERFORMANCE. The offerors performance will be rated in terms of performance risk. A performance risk rating (low, moderate, high or neutral) will be assigned dependent upon the evaluators' assessment of the level of confidence in the offeror's performance record. In ranking offerors assessed in the same performance risk category, an offeror with experience in performing services will be ranked as a lower risk compared to an offeror with no or hardly any experience in performing services. Past Performance will be evaluated on performance under current and prior contracts for the last three years. The information which will be used for evaluation will be obtained from those presented in the Offeror's past performance documentation, the PPIRS (www.ppirs.gov), and any other Government sources. The Government may reject a proposal if it is found that any information that has a negative impact on the offeror's past performance record has been deleted, misrepresented, or withheld. -High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Medium Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specificed services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. -Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation.. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. Neutral Risk No relevent past performance information. PART III: PRICE. Price will be evaluated separately from past performance and technical factors. and will be evaluated for fairness and reasonability in terms of: A. Consistency with the technical approach: That the prices are consistent with and reflect the proposed staffing requirement. B. Offerors are cautioned that an unrealistically low price, or unbalanced pricing of line items, as proposed initially or subsequently, may be a ground for eliminating a proposal, either on the basis that the offeror does not understand the required services, or he has made an imprudent offer. C. Compensation for health care providers (employee) shall not exceed $400,000 per year based on 1,920 hours.IAW Title 10 U.S.C. Section 1091 and DoD Instruction 6025.5. D. Impartial consideration will be given to all offers received in response to this solicitation. Offers will be evaluated to determine compliance with all requirements of the solicitation, including any attachments and exhibits. The evaluation criteria will be applied to all offers in the same manner. Each proposal will be evaluated strictly in accordance with its content and the Government will not assume that performance will include areas not specified in the offeror's proposal. E. 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). F. 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. CLINSSUPPLIES/SERVICESQUANTITYUNIT 0001 1001 2001 3001 40012 FULL TIME FAMILY PRACTICE PHYSICIAN SERVICES FOR KELLER ARMY COMMUNITY HOSPITAL, WEST POINT, NY. PERIOD OF PERFORMANCE is 12 months FAMILY PRACTICE PHYSICIAN SERVICES FOR TWO FTE WILL BE PERFORMED IN ACCORDANCE WITH THE PERFORMANCE BASED WORK STATEMENT (PBWS). 3,840Hours 0002 1002 2002 3002 4002 WEEKNIGHT ON-CALL SERVICES SHALL BE BILLED AT A FLAT FEE PER DAY. PERIOD OF PERFORMANCE is 12 MONTHS. FAMILY PRACTICE PHYSICIAN SERVICES FOR TWO FTE WILL BE PERFORMED IN ACCORDANCE WITH THE PERFORMANCE BASED WORK STATEMENT (PBWS). 156Days 0003 1003 2003 3003 4003WEEKEND ON-CALL SERVICES SHALL BE BILLED AT A FLAT FEE PER DAY. PERIOD OF PERFORMANCE is 12 MONTHS. FAMILY PRACTICE PHYSICIAN SERVICES FOR TWO FTE WILL BE PERFORMED IN ACCORDANCE WITH THE PERFORMANCE BASED WORK STATEMENT (PBWS). 14Days 0004 1004 2004 3004 4004HOLIDAYS ON-CALL SERVICES SHALL BE BILLED AT A FLAT FEE PER DAY. PERIOD OF PERFORMANCE is 12 MONTHS. FAMILY PRACTICE PHYSICIAN SERVICES FOR TWO FTE WILL BE PERFORMED IN ACCORDANCE WITH THE PERFORMANCE BASED WORK STATEMENT (PBWS). 15Days 0005 1005 2005 3005 4005ONE TIME SET UP COST FOR REPORTING IN ACCORDANCE WITH THE PERFORMANCE BASED WORK STATEMENT. IF THEIR IS NO CHARGE PLEASE STATE NO CHARGE ON THE LINE ITEM. 1Each
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=38823e702bfced6cb3916141b4ced214&tab=core&_cview=1)
 
Place of Performance
Address: Keller Army Community Hospital US Military Academy West Point NY<br />
Zip Code: 10996<br />
 
Record
SN01704835-W 20081116/081114215605-38823e702bfced6cb3916141b4ced214 (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.