Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

Q -- ON-SITE OCCUPATIONAL HEALTH PHYSICIAN

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
09-222-SOL-00080
 
Archive Date
7/22/2009
 
Point of Contact
Regina R. Williams, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
The Food and Drug Administration intends to award a Purchase Order for the supplies listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13. This is a combined synopsis/solicitation for commercial items prepared in accordance with 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 number is 09-222-SOL-00080. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-33, June 15, 2009. The applicable North American Industry Classification System (NAICS) Code is 621111 - Offices of Physicians (except Mental Health Specialists); Small Business Size Standard is $9.0 million. The Food and Drug Administration (FDA) is soliciting for board certified on-site physician services for the Jefferson Laboratory Complex located in Jefferson, Arkansas. The physician will be needed on-site for approximately four hours per week and as needed for emergencies. The physician must have the expertise with non-human primate and rodent bites, scratches, allergens, and experience in treating individuals with highly toxic material exposure. The physician shall be located within 75 miles of the Jefferson Laboratory Complex. The physician is required to have occupational health experience and will be required to provide the following occupational health services: 1. New Employee health evaluations and immunizations. 2. Treatment of employees with work related illness or injury. 3. Medical surveillance examinations for employees who work with toxic or hazard materials. 4. Ability to work evaluation for personal or work related illness or injuries. 5. Preventive medicine services, including education and counseling. 6. Epidemiological evaluation of data for workplace injury, illness prevention, and outcome analysis. The contractor shall submit the proposed candidate’s curriculum vitae with their proposal. The contractor must adhere to the provisions of Public Law 104-191, Health Insurance Portability and Accountability Act (HIPAA) of 1996. This includes both Privacy and Security Rules published by the Department of Health and Human Services (DHHS). An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item – Firm Fixed Price. Simplified procurement procedures will be utilized. The period of performance will be one (1) year. FOB Point of Delivery for Services and Supplies provided will be the National Center for Toxicological Research, 3900 NCTR Rd, Jefferson, AR 72079. The provision at FAR 52.212-1 Instructions to Offerors – Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capabilities; (ii) Past Performance; (iii) Price. Technical and past performance, when combined, are equal when compared to price. Technical evaluation will be determined by experience, qualification and curriculum vitae of the physician to meet the requirements. The offeror must demonstrate its record of successful performance in past contracts, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts for the same or similar work. The offeror must list at least two contracts and include the following information. (1) Name of Company; (2) Contract number, (3) Period of Performance; (4) Contract value; (5) Description of contract work/duties; (6) Point of contact, telephone number, and other relevant information. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all documentation for the government to determine whether the service meets the technical requirements. The government reserves the right to make an award without discussions. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer or indicate certifications in ORCA at https://orca@bpn,gov. The clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-3; 52.222-21; 52.222-26; 52.222-36; 52.225-13 and 52.232-33. The following additional provisions and/or clauses apply: 52.204-9, 52.224-1, and 52.224-2. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/. 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. The following HHSAR clauses apply. Full text can be obtained at http://farsite.hill.af.mil. 352.224-70 Confidentiality of Information (Jan 2006) 352.270-5 Key Personnel (Jan 2006) 352.270-13 Tobacco-free Facilities (Jan 2006) It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offers are due in person, by mail or fax on or before July 7, 2009 by 1:00 p.m. (Central Standard Time – Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration, Office of Acquisitions and Grants Services, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email regina.williams@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/09-222-SOL-00080/listing.html)
 
Place of Performance
Address: National Center for Toxicological Research, 3900 NCTR Rd, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN01863809-W 20090703/090702003528-6bbc718498d86adf03e56489988065dd (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.