Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2010 FBO #3036
SOLICITATION NOTICE

Q -- Periodic Health Assessments

Notice Date
3/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
 
ZIP Code
23824-6316
 
Solicitation Number
W912LQ-10-R-0003
 
Response Due
3/31/2010
 
Archive Date
5/30/2010
 
Point of Contact
Susan Quinn, 434-298-6293
 
E-Mail Address
USPFO for Virginia
(susan.quinn@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for nonpersonal health care services as defined in FAR 37-101, under which the provider is an independent contractor. This announcement constitutes the only solicitation and is supplemented with additional information included in this notice; proposals are being requested; a written solicitation is attached for ease in submitting an offer only. The solicitation number as shown in this announcement is a Request for Proposal (RFP) W912LQ-10-R-0003. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-38. This RFP is being issued as unrestricted; small businesses are encouraged to respond under NAICS 621999. A firm fixed priced indefinite delivery indefinite quantity contract with one base year and two one-year option periods will be awarded. The contractor will provide on site health assessments via mobile medical units to various locations across the state of Virginia for approximately 1,760 Virginia Army National Guard personnel. Some personnel will receive comprehensive exams; others will receive limited testing based on sex, age, occupation, etc. The contractor agrees to provide all personnel to perform physical exams to ensure soldiers meet the standards in accordance with Army Regulation 40-501, Standards of Medical Fitness. Vendor must have MEDPROS access in order to comply with this statement of work. The VaARNG guarantees payment of 80% of projected quantities. The government will only pay for those examinations actually performed and those tests actually administered. The contractor shall provide with its proposal a statement of its capabilities. This statement shall demonstrate the contractors understanding of the governments needs and show how the contractor proposes to meet the contract requirements. The proposal must also include the offerors quality control plan. The quality control plan shall address the requirements listed in Paragraph 11.3 of the RFP, technical requirements listed in 52.212-2 and criteria listed in the Quality Assurance Support Plan. The contractors offer must also include a description of its experience in conducting periodic health assessments in a military environment. In addition, the offer must include past performance information for such contracts, to include a list of contracts (preferably at least three) for conducting periodic health assessments in a military environment that it has performed within the past three years. The submitted information for each contract must include the contract number, dollar value, place of performance, award date, and a point of contact (POC), including the POCs name, organization, telephone number and email address. Pricing is to be per soldier for the three levels of testing: Periodic Health Assessments, Soldier Readiness Processing and Soldier Readiness Check. In addition, pricing will be tiered in increments of 100, i.e. 1-100, 101-200, 201-300, etc. All estimated quantities are approximate and are not binding. However, the government expects that the indicated quantities will vary by no more than 20%. Contractors are required to include a completed copy of the provision 52.212-3 Alt I Offeror Representations and Certifications Commercial Items with their offer. Also required are completed provisions 252.212-7000 Offeror Representations and Certifications Commercial Items, and 252.225-7000 Buy American Act Balances of Payments Program Certificate. In addition, the proposal is to include a written description with photos of the self-contained mobile unit(s) that will be used to fulfill this service. Submission of brochures for mobile units is permitted and encouraged, provided the brochures provide relevant information and adequately demonstrate the offerors ability to meet the requirements of the SOW. Offerors are cautioned to submit enough information to enable the Government to fully ascertain each offerors capability to perform all of the requirements of this solicitation. If any of the above listed items are not included, the proposal will be considered technically non-compliant. Award will be made to the most advantageous offer to the government, price and other factors considered. The following factors shall be used to evaluate offers: quality assurance (a senior level person with CAC access to oversee data input), ability to input data within the allotted 15 calendar day time period, onsite project management, compliance with requirements listed in QASP, demonstrated ability to provide staffing in the required quantities with the required qualificiations, demonstrated ability to provide the required laboratory tests, configuration of mobile medical units (including layout, amenities, a dedicated waiting area, etc). Past performance and price will also be considered. Technical is more important than past performance. Technical and past performance, when combined, are significantly more important than price. In addition to other factors, proposals will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating proposals, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. A pre-proposal meeting will be held on Tuesday, 23 March 2010 at 1:30 p.m. EDT. Attendance is not mandatory however offerors are strongly encouraged to attend. Contractors must be registered in the Central Contractor Registration to be awarded a Federal Government contract. Registration can be accomplished at www.ccr.gov. The Government may evaluate the quality of the professional and administrative services provided by the contractor, but retains no control over the medical, professional aspects of services rendered. The contractor is required to indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance. The contractor is required to maintain medical liability insurance in a coverage amount not less than $2 million per occurrence. In addition, any subcontracts for provisions of health care services must contain the requirements for clause 52.237-7. ***The following provisions apply to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Items, 52.212-2, Evaluation Commercial Items, and the provisions at 52.212-3 Alt. I Offeror Representation and Certifications Commercial Items, 252.212-7000 Offeror Representations and Certifications- Commercial Items, and 252.225-7000 Buy American Act Balance of Payments Program Certificate. The following provisions apply also: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country, 52.216-1 Type of Contract, 52.216-27 Single or Multiple Awards, 52.217-5 Evaluation of Options, 52.233-2 Service of Protest, 52.237-1 Site Visit, and 52.252-1 Solicitation Provisions Incorporated by Reference. The following clauses apply to this solicitation: 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Executive Orders Commercial Items, with the following clauses marked: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Alternate I, 52.219-9 Alt II Small Business Subcontracting Plan Alternate II, 52.219-16 Liquidated Damages Subcontracting Plan, 52.219-28 Post-Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52-222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-54 Employment Eligibility Verification, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.232-36, Payment by Third Party, 52.222-41 Service Contract Act, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustments (Multiple Year and Option Contracts). The following clauses also apply: 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-7 Central Contractor Registration, 52.204-9 Personal Identity Verification of Contractor Personnel, 52.208-9 Contractor Use of Mandatory Sources of Supply or Services, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.216-18 Ordering, 52.216-19 Order Limitations, 52.216-22 Indefinite Quantity, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.219-8 DEV Utilization of Small Business Concerns (DEVIATION), 52.219-25 DEV Small Disadvantaged Participation Program Disadvantaged Business Status and Reporting (DEVIATION), 52.223-2 Affirmative Procurement for Biobased Products Under Service and Construction Contracts, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.228-5 Insurance - Work on a Government Installation, 52.229-3 Federal, State and Local Taxes, 52.237-2 Protection of Government Buildings, Equipment and Vegetation, 52.237-7 Indemnification and Medical Liability Insurance, 52.242-13 Bankruptcy, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 52.253-1 Computer Generated Forms, 252.201-7000 Contracting Officers Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7000 Disclosure of Information, 252.204-7004 Alt A Required Central Contractor Registration, 252.219-7003 DEV Small Business Subcontracting Plan (DEVIATION), 252.223-7006 Prohibition On Storage and Disposal of Toxic and Hazardous Materials, 252.232-7010 Levies on Contract Payments, 252.243-7001 Pricing of Contract Modifications, and 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses marked: 52.203-3 Gratuities, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7002 Requests for Equitable Adjustment, 252.247-7023 Transportation of Supplies by Sea, 252.247-7024 Notification of Transportation of Supplies by Sea. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. It is the offerors responsibility to monitor this site for the release of amendments (if any). If additional information is required, interested parties must submit any questions in writing using the attached Request for Information (RFI) form to the Contracting Officer listed below, by fax or email. RFI forms must be received by 1:00 EDT on Friday, 26 March 2010. NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. Responses to RFIs will be posted on Fedbizopps.gov via an amendment. Quotations and amendments (if any) must be signed, dated and submitted in writing, by fax or email by 4:00 p.m. EDT on Wednesday, 31 March 2010 to USPFO-P, Bldg. 316, Fort Pickett, Blackstone, VA 23824, attn: Susan Quinn, Contract Specialist, telephone 434-298-6293 or fax 434-298-6202, email susan.quinn@us.army.mil. *** NAICS 621999 Sales $10 million ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-10-R-0003/listing.html)
 
Place of Performance
Address: USPFO for Virginia Building 316, Fort Pickett, Blackstone VA
Zip Code: 23824-6316
 
Record
SN02093166-W 20100318/100316234801-ed8ee2a0c8fcaff17eba7040e79a8260 (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.