Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2009 FBO #2860
SOLICITATION NOTICE

R -- Other Health Insurance (OHI) Data Discovery and Verification

Notice Date
9/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F09T0167
 
Response Due
9/28/2009
 
Archive Date
11/27/2009
 
Point of Contact
mcnearyd, 637-186-7086
 
E-Mail Address
European Regional Contracting Office
(deloney.mcneary@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) 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 are being requested and a written solicitation will not be issued. (ii) Solicitation number: W9114F-09-T-0167 issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33. (iv) Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 518210. (v) The Europe Regional Contracting Office has a requirement Other Health Insurance (OHI) Discovery and verification Program Description of the requirements for the services to be acquired: Line Item 0001: 4,523 each BASE PERIOD: 1 0CT 2009 - 30 SEPT 2010: Other Health Insurance (OHI) Discovery and verification Program. Provide all personnel, supervision, and services necessary to perform OHI discovery and identification of all non-military U.S. patients seen at Europe Regional Medical Command and referred as ERMC Military Treatment Facilities (MTF) in accordance (IAW) the Performance Work Statement. Line Item 0002: 1 each Contractor Manpower Report BASE PERIOD: 1 0CT 2009 - 30 SEPT 2010: Prepare initially and annually in accordance with (IAW) the Performance Work Statement Line Item 1001: 4,523 each FIRST OPTION PERIOD: 1 0CT 2010 - 30 SEPT 2011: Other Health Insurance (OHI) Discovery and verification Program. Provide all personnel, supervision, and services necessary to perform OHI discovery and identification of all non-military U.S. patients seen at Europe Regional Medical Command and referred as ERMC Military Treatment Facilities (MTF) in accordance (IAW) the Performance Work Statement. Line Item 1002: 1 each Contractor Manpower Report FIRST OPTION PERIOD: 1 0CT 2010 - 30 SEPT 2011: Prepare initially and annually in accordance with (IAW) the Performance Work Statement Line Item 2001: 4,523 each SECOND OPTION PERIOD: 1 0CT 2011 - 30 SEPT 2012: Other Health Insurance (OHI) Discovery and verification Program. Provide all personnel, supervision, and services necessary to perform OHI discovery and identification of all non-military U.S. patients seen at Europe Regional Medical Command and referred as ERMC Military Treatment Facilities (MTF) in accordance (IAW) the Performance Work Statement. Line Item 2002: 1 each Contractor Manpower Report SECOND OPTION PERIOD: 1 0CT 2011 - 30 SEPT 2012: Prepare initially and annually in accordance with (IAW) the Performance Work Statement Line Item 3001: 4,523 each THIRD OPTION PERIOD: 1 0CT 2012- 30 SEPT 2013: Other Health Insurance (OHI) Discovery and verification Program. Provide all personnel, supervision, and services necessary to perform OHI discovery and identification of all non-military U.S. patients seen at Europe Regional Medical Command and referred as ERMC Military Treatment Facilities (MTF) in accordance (IAW) the Performance Work Statement. Line Item 3002: 1 each Contractor Manpower Report THIRD OPTION PERIOD: 1 0CT 2012 - 30 SEPT 2013: Prepare initially and annually in accordance with (IAW) the Performance Work Statement (vi) The place of delivery and acceptance of services will be U.S. Hospital Landstuhl, 66849 Landstuhl, Germany. (vii) 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil. The following Provisions apply to this requirement: FAR 52.211-6, Brand Name or Equal; FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2, Evaluation of Commercial Items (Jan 1999), FAR 52.212-3, Alt I, Offeror Representations and Certifications -- Commercial Items (Include a completed copy of the provision with your offer or complete paragraph (j) of 52.212-3 Alt 1, if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov). (viii) 52.252-2 -- Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. The following Clauses apply to this requirement: FAR 209-6 Protecting the Governments Interest When Subcontracting with Contractors Debarred Suspended or Proposed for Debarment 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 (Jun 2009) (Deviation) 52.217-8 Option to Extend Services 52.217-9 Option to Extend the Term of the Contract FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.232-38, Submission of Electronic Funds Transfer Information with Offer DFARS 252.212-7000 Offeror Representations and Certifications- Commercial Items (Jun 200) DFARS 252.232-7003 Electronic Submission of Payment Requests DFARS 252.212-7001, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Applicable to Defense Acquisition of Commercial Items, applies to this acquisition. Additional FAR clauses cited in the clause are: DFARS 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States (Mar 2006) Health Insurance Portability and Accountability Act of 1996, Privacy and Security of protected Health Information 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-12 Limitation On Payments To Influence Certain Federal Transactions SEP 2007 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-9 Personal Identity Verification of Contractor Personnel SEP 2007 52.212-1 Instructions to Offerors--Commercial Items JUN 2008 52.212-4 Contract Terms and Conditions--Commercial Items MAR 2009 52.214-34 Submission Of Offers In The English Language APR 1991 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.229-6 Taxes--Foreign Fixed-Price Contracts JUN 2003 52.232-17 Interest OCT 2008 52.232-18 Availability Of Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.232-38 Submission of Electronic Funds Transfer Information with Offer MAY 1999 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials JAN 2009 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7000 Disclosure Of Information DEC 1991 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.225-7041 Correspondence in English JUN 1997 252.225-7042 Authorization to Perform APR 2003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.232-7008 Assignment of Claims (Overseas) JUN 1997 252.233-7001 Choice of Law (Overseas) JUN 1997 (ix) Defense Priorities and Allocations System (DPAS) is not applicable to this acquisition. (x) Numbered Notes: None applicable. (xi) In order to be eligible for award, registration in the Central Contractor Registration database is required. To register, 28 September 2009 before 1500 hrs/ 3.00 pm Central European Time. Offers may be sent via email to Deloney.McNeary2@amedd.army.mil, hand-delivered, or faxed to +49-6371-86-8070. (xiii) The Point of Contact for this requirement is Deloney McNeary, +49-6371-86-7058, fax +49-6371-86-8070, or email Deloney.McNeary2@amedd.army.mil. (xiv) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Capability, Past Performance and Price. (i) Technical Factor. The Government shall evaluate Offerors submitted technical proposal that shall addressed how it met the following Factors: Sub-factor 1. Offeror shall have DIACAP (Defense Information Certification and Accreditation Program) approval. Sub-factor 2. Offeror shall be able to demonstrate a defined methodology for OHI discovery and identification. Sub-factor 3 Offeror shall have the staff and an insurance search engine to accomplish the OHI discovery and verification quickly. Sub-factor 4. Offeror shall be able to utilize automated tools to verify and validate from a remote location. Sub-factor 5. Offeror shall be able to initiate contract with no break in current processes of data extraction; services must be operable by 01 October 2009. (ii) Past Performance. Offerors submitted no less than 2 and no more than 5 references to be used to evaluate past performance on contracts and sub-contracts during the past three years. Contracts listed included those entered into with the U.S. Government, local government, and commercial customers. Offeror provided names of persons for each contract it had with their telephone number so the Government can contact them regarding your past performance. (iii) Price. Price will be evaluated for reasonableness based on anticipated adequate price competition. Price will not be rated. The extended amount for each contract line item will be added up for a grand total and will be used to calculate the offerors total price for the base year and all option years. (xv) The Government will use the following standards for final rating to evaluate the contractors Technical Capability: EXCELLENT The proposal demonstrates a superior understanding of the requirements and a new or proven approach that significantly exceeds performance or capability standards. The proposal has several exceptional strengths that will significantly benefit the government. The proposal has no weaknesses or deficiencies. 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 a considerable understanding of the requirements and the approach exceeds performance or capability standards. The proposal has one or more strengths that will benefit the government. The proposal has no deficiencies and 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 be able to overcome difficulties. The proposal generally exceeds requirements in minor areas; therefore, has a strong probability of meeting the requirements with little risk to the government. SATISFACTORY The proposal demonstrates an adequate understanding of the requirements and the approach meets all performance or capability standards. The proposal has no strengths that exceed the requirement. The proposal has no material weaknesses and no deficiencies. The proposal has some weakness that can potentially cause disruption of schedules, increase in cost, or degradation of performance. Special contractor emphasis and close government monitoring will minimize any risk. The proposal meets the minimum requirements; therefore, has an acceptable probability of successfully meeting the requirements. MARGINAL The proposal fails to meet performance requirements and capability standards in one or more areas. The proposal has minor omissions and demonstrates a misunderstanding of the requirement that may be corrected or resolved through discussions without a complete revision of the entire proposal. The proposal has weaknesses or minor deficiencies 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 fails to demonstrate a basic understanding of the requirements and the approach fails to meet performance or capability standards. The proposal has major omissions, weaknesses or deficiencies, and inadequate details to assure the evaluators that the offeror has an understanding of the requirements. The proposal presents an unacceptable risk and cannot meet the requirements without major revisions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F09T0167/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN01964433-W 20090923/090922001356-d19d3b2bd88ca789ee691bb0a73282b4 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.