Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
MODIFICATION

Q -- Influenza Vaccinations

Notice Date
6/25/2009
 
Notice Type
Modification/Amendment
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - DC, 1300 Pensylvania Ave., Washington , DC 20229
 
ZIP Code
20229
 
Solicitation Number
20048704
 
Response Due
6/26/2009
 
Archive Date
12/23/2009
 
Point of Contact
Name: Dione Shelton, Title: Contracts Specialist, Phone: 202-344-1694, Fax: 202-344-3322
 
E-Mail Address
dione.shelton@associates.dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 20048704 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-31. The associated North American Industrial Classification System (NAICS) code for this procurement is 621399 with a small business size standard of $7.00M. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2009-06-26 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Jamiaca, NY 11430 The DHS Customs and Border Protection requires the following items, Exact Match Only, to the following: LI 001, Administer Influenza Vaccinations to 400 employees See Statement of Work for more details, 400, EA; LI 002, Physician Assistance See Statement of Work for more details, 16, Hr; LI 003, ODC- Travel,supplies,lodging and per diem, 1, LOT; For this solicitation, DHS Customs and Border Protection intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Customs and Border Protection is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In addition to providing pricing at www.FedBid.com for this solicitation, each offeror must provide any required, NON-PRICING responses (e.g. technical proposal, representations and certifications, etc.) directly to the point of contact in the FBO notice, so that they are received at that email address no later than the closing date and time for this solicitation. The selected Offeror must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The selected Offeror must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, will apply: 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of a FAR clause may be accessed electronically at http://www.acqnet.gov/far. Delivery shall be made within 30 days or less after receipt of order (ARO). CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. It is indicated that a Physician Assistant be present for the vaccinations. All of our on-site influenza vaccination programs are administered by RNs or LPNs. If we dont provide a PA on site, does that still make us eligible? the enduser has no problem if you use RN or LPN instead of PA's.2. If we have no cost for the Registered Nurse or LPN, should we put $ in the field in the bid? If you have no cost for the line item then put zero 1. What type of flu are we inoculating for? (regular, swine, Hong Kong, etc.) Regular 2. They type of influenza vaccine are you requiring? Is there a particular pharmaceutical brand and or strengths required? What is the exact medical name? NO 3. Is there refrigeration available where the inoculations take place?NO There are only two CLINs, am I to assume all Other Direct Cost (ODC) be rolled into the CLIN LI001, to include supplies, travel, lodging and per diem? 4. There are only 16 hours for the PA on LI002. What tasks are you specifying these hours for? Requested two PA's, RN's or LPN's to administer vaccines 5. Do you have a projected schedule as to when these vaccinations will be administered (i.e., how many hours per day and how many days per week? 8hrs per day - One day 1.What is the spec for the vaccination you want administered? General 2.You mentioned no substitution; so what is the exact formulation of theinfluenza shot you want administered? I did not indicate I will not accept any substitution. 3.What is the prescription that needs to be filled for these 400 units? 4.Is there a preferred pharmaceutical brand name desired for thevaccination? No 5.What type of facility will these vaccines be administered? Conference room 6.Is there refrigeration available on site? no 7.Does the RN or PA need to be licensed in the state of New York? Yes 8.What is the age range of the people receiving these vaccinations? 18 thru 70 All questions must be submitted by or before 4:30pm. June 25, 2009. NO OTHER QUESTIONS WILL BE ACCEPTED AFTER 4:30 P.M.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/PDDC20229/20048704/listing.html)
 
Place of Performance
Address: Jamiaca, NY 11430<br />
Zip Code: 11430<br />
 
Record
SN01856645-W 20090627/090625235744-ccdebe6f36c02db1e3eb25c749753020 (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.