Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 09, 2010 FBO #3058
SOLICITATION NOTICE

Q -- This is a combined synopsis / solicitation for commercial services.

Notice Date
4/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-10-T-0014
 
Response Due
5/8/2010
 
Archive Date
7/7/2010
 
Point of Contact
Jennifer Anderson, 805-594-6295
 
E-Mail Address
USPFO for California
(jennifer.d.anderson2@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 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. Quotations are being requested and a written solicitation WILL NOT be issued. The solicitation W912LA-10-T-0014 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 solicitation is set aside for Small Business concerns. However, in the event there is not enough competition from small businesses, quotes from large businesses will be accepted. In accordance with [Federal Acquisition Regulation (FAR)] Subpart 19.5, any award for medical services resulting from this solicitation, will be made on a competitive basis to eligible small business concerns, provided that a minimum of four (4) competitive (technical and cost) offers are received from eligible small business concerns. If a minimum of four (4) offers from qualified small business concerns are not received, the award for medical services will be made on the basis of full and open competition from among all responsible business concerns submitting offers. The objective is to award a single Blanket Purchase Agreement (BPA) to a Contractor who can provide medical services in accordance with the Statement of Work. The NAICS code for this acquisition is 621999. The small business size standard for this NAICS code is $10.0M. The California National Guard has a requirement for Mobile Medical Exam Services in support of Individual Medical Readiness (IMR) and Fully Medically Ready (FMR) Soldier Readiness Processing (SRP). Period of Performance will be five (5) years from date of award. REQUIREMENT: Provide on location, all management, labor, examination materials, equipment, certifications, and supplies required to provide medical exams and Case Management Care for approximately 17,329 soldiers over the course of a year, in order to meet soldier readiness standards as set forth in the Statement of Work (SOW). Services will take place at different locations throughout the State. SUBMITTALS: All offers are to include: 1. Complete pricing breakdown per position per day (medical staffing positions listed in the Statement of Work) pricing per position must include the cost of all examination materials and equipment; 2. Complete pricing breakdown for cost of mobile equipment per day to include vehicles; 3. A minimum of three past performance references to include contact information and project magnitude; 4. FAR 52.212-3 ALT 1, Offeror Representations and Certifications. Occupational Codes for the following positions are provided: Phlebotomist 12280, Medical Laboratory Technician 12130, Medical Records Clerk 12160, Medical Assistant 12100, Registered Nurse II 12312, Optometry Technician 12236. All other positions had no Occupational Code available therefore pricing should be submitted to reflect a fair and accepted market value. Quotes must be submitted to reflect pricing for 1 calendar year starting approximately in July 2010, after which pricing for the remaining life of the BPA will be negotiated. 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, Past Performance and Price. 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 BPA 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. Vendors must disclose if they intend to utilize subcontractors. Any and all subcontractors must be identified and subcontractor past performance must be submitted with the proposal. 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, 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; 52.211-16, Variation in Quantity, 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; 52.222-49, Service Contract Act Place of Performance Unknown; 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; 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; 52.216-4 Economic Price Adjustment Labor and Material; 52.216-5 Price Redetermination Prospective; 52.212-9, Small Business Subcontracting Plan (DEVIATION)Alternate II; 52.219-16, Liquidated Damages Subcontracting Plan; 52.219-14, Limitations on Subcontracting; 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; 52.222-54, Employment Eligibility Verification 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; 252.247-7023 ALT III, Transportation of Supplies by Sea; 52.247-7024, Notification of Transportation of Supplies by Sea 252.232-7010, Levies on Contract Payments; 252.226-7001, Utilization of Indian Organizations, Indian Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, are also applicable to this acquisition. All vendors must have a publicly visible registration in the Central Contractor Registration (CCR). Point of contact for this solicitation is SGT Jennifer Anderson at (805) 594-6295. Statement of Work is available for download with this solicitation or can be requested via email at jennifer.d.anderson2@us.army.mil. Quotes are due no later than 8 May 2010 by 12:00 P.M PST at USPFO for California, Contracting Office, 2303 Napa Ave, San Luis Obispo, CA 93405-7609. Quotes shall be submitted in writing to the above address or e-mail. Vendors may fax requests to (805) 594-6348, ATTN: SGT Jennifer Anderson.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-10-T-0014/listing.html)
 
Place of Performance
Address: USPFO for California P.O. Box 8104, San Luis Obispo CA
Zip Code: 93403-8104
 
Record
SN02115351-W 20100409/100407235324-69dd86afa561b5216443c46ce5a08def (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.