Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2009 FBO #2732
SOLICITATION NOTICE

Q -- DENTAL SERVICES FOR MOBILIZING SOLDIERS

Notice Date
5/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621210 — Offices of Dentists
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for California, USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-09-T-6013
 
Response Due
5/29/2009
 
Archive Date
7/28/2009
 
Point of Contact
Stella Davis, 805-594-6287<br />
 
E-Mail Address
USPFO for California
(stella.davis2@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation WILL NOT be issued. The solicitation W912LA-09-T-0015 is issued as a Request for Quotations. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. This procurement is set aside for small business concerns. The NAICS code for this acquisition is 621210. The small business size standard for this NAICS code is $7M. The California National Guard has a requirement for Mobile Dental Treatment and Exam Services for deploying soldiers at Camp Roberts Military Reservation (10 miles north of Paso Robles, CA) adjacent to Bldg 307, San Miguel, CA 93451. Period of Performance will be 25-31 March 2009, event set-up on 23 March 2009 with possible extension if required. REQUIREMENT: Provide on location, all management, labor, examination materials, equipment, certifications, and supplies required to provide dental exams at a rate of 12 soldiers per dentist per hour, treatments per identified treatment plan and Case Management Care for approximately 550 soldiers in order to meet soldier readiness standards as set forth in the Performance Work Statement (PWS). ASSUMPTIONS: 1. National Guard Bureau historical data indicates that 30% of all soldiers examined will require further treatment. SUBMITTALS: All offers are to include: 1. Contractors Quote; 2. Pricing completed for Appendix A; 3. Three Past Performance References, to include contact information and project magnitude; 4. FAR 52.212-1, Instructions to Offeror-Commercial Items; 52.212-2, Evaluation-Commercial Items; 5. FAR 52.212-3 ALT 1, Offeror Representations and Certifications; 6. DFAR 252.212-7000, Offeror Representations and Certifications Commercial Items. Simplified Acquisition Procedures will be utilized. Offers will be evaluated as to the best value to the Government. The following evaluation factors will be considered (listed in order of importance): Contractors ability to meet the Governments requirements, Price and Past Performance. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Govt intends to evaluate offers and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Govt reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. FAR clause 52.237-7, Indemnification and Medical Liability Insurance apply to this contract. Note: Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required $300,000.00 Medical Liability Insurance has been obtained. FAR 52.212-1, Instructions to Offeror-Commercial Items; 52.212-2, Evaluation-Commercial Items and 52.212-3 ALT 1, Offeror Representations and Certifications apply to this acquisition and must be fully completed and submitted with offer. The following provisions/clauses are incorporated: 52.252-2; Clauses incorporated by Reference; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-4, Contract Terms and Conditions; 52.219-6, Notice of Small business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Representation; 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, Affirmative Action for Disabled Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.223-5, Pollution Prevention and Right to Know Information; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.237-1, Site Visit; 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; and 52.237-2, Protection of Government Buildings, Equipment and Vegetation. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items apply to this acquisition and must be fully completed and submitted with offer; 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition. The following clauses are incorporated: 52.203-3, Gratuities; 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied-Double sided on Recycled Paper; 52.219-14, Limitations on Subcontracting; 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; 52.228-5, Insurance Work on a Government Installation; 52.217-8, Option to Extend Services; 252.201-7000, Contracting Officers Representative; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 ALT III, Transportation of Supplies by Sea; 52.247-7024, Notification of Transportation of Supplies by Sea and 252.232-7010, Levies on Contract Payments are also applicable to this acquisition. All vendors must be registered in the Central Contractor Registration (CCR). If not available for download with this solicitation, Performance Work Statement and Vendor Selection Criteria are available via email at stella.davis2@us.army.mil. Quotes are due NLT 19 MAR 09 by 1000 hours at USPFO for California, Contracting Office, 2303 Napa Ave, San Luis Obispo, CA 93405-7609. Requests shall be in writing to the above address, email or fax requests to (805) 594-6348, ATTN: Stella Davis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-09-T-6013/listing.html)
 
Place of Performance
Address: USPFO for California P.O. Box 8104, San Luis Obispo CA<br />
Zip Code: 93403-8104<br />
 
Record
SN01821020-W 20090520/090518234825-956d11900ead6d8df54cfc0509e75e83 (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.