Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
SOURCES SOUGHT

Q -- Medical/Dental Screening Services

Notice Date
4/21/2010
 
Notice Type
Sources Sought
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
USPFO for Indiana, 2002 South Holt Road, Indianapolis, IN 46241-4839
 
ZIP Code
46241-4839
 
Solicitation Number
W912L9-10-R-0028
 
Response Due
5/12/2010
 
Archive Date
7/11/2010
 
Point of Contact
Timothy Price, 812-526-1709
 
E-Mail Address
USPFO for Indiana
(timothy.price1@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is not a solicitation announcement. This is a sources sought synopsis only. The purpose of this synopsis is to gain knowledge of potential qualified sources and their size classification (hubzone, 8(a), small, small disadvantaged, small veteran owned business or service disabled veteran owned small business) relative to NAICS Code 621999. Responses to this synopsis will be used by the government to make appropriate acquisition decisions. After review of the responses to this sources sought synopsis, a solicitation, a solicitation announcement may be published in the FedBizOps website. Responses to this sources sought synopsis are not considered adequate responses to the solicitation announcement. The USPFO for Indiana is seeking sources for an Indefinite Delivery-Indefinite Quantity (IDIQ) Multiple Award Task Order Contracts (MATOC) for medical and dental readiness screening services at numerous locations within the state of Indiana. Typical work includes, but is not be limited to: provide qualified medical and dental staffing and all mobile equipment capable of Fully equipped private exam room (to include capability to perform Pap-Smears and Mammograms when necessary); DOEHRs compatible audiometer; diagnostic hearing evaluations (H2) and SPRINT testing (H3) with DOEHRS upload; TITMUS visual acuity screener; CLEA-waived rapid laboratory screenings (lipid profile, hemoglobin, blood glucose, total cholesterol, urinalysis, and urine HCG); blood pressure, pulse oximetry, height/weight/temperature; tonometry; EKG and pulmonary function testing; optometry with visual refraction; ability to perform blood collection for HIV, DNA, G6PD, RPR; ability to perform immunizations; real-time data processing and uploading capable; live electronic health history capability and real-time sync enabled to various military electronic health record repositories including E-PHA, DENCLASS, MEDPROS, HRR, etc.; and broadband internet capable without requirement of military access. MEDPROS Wed Data Entry (MWDE) access/entry, electronic PHA upload, DOEHRS upload and HRR upload. Contractor shall also create expansive network of local medical providers (general and specialty) to provide Case Management function. Contractor shall have network of local pharmacies for prescription medication services available for service members during contracted events. Fully digital exams/Bite-wing x-rays/panographic x-rays; treatment available, if needed, with all necessary clinical supplies, equipment, and instruments; reception area for data intake and outtake for health history and data processing; meets all state radiological requirements including lead-lined walls, windows, and trigger systems for RDAs outside operatory during x-ray exposure. All will be in accordance with individual task order requirements, locations provided with each project or master specifications. Prospective contractors must be able to respond within 07 days in response to emergencies via the main office or a staffed satellite office. The government anticipates award of a minimum of five (5) individual MATOC contracts (3 medical service providers and 2 Dental service providers, or a combination of contractors providing both medical and dental), providing sufficient qualified contractors to present offers. The government intends to make this a Section 8a and Certified HUBZONE Small business concerns and Service Disabled Veteran Owned Business (SDVOB) concerns, providing sufficient qualified contractors present offers. If the government is unable to receive sufficient small business interest, awards will be unrestricted. All interested vendors are encouraged to compete. The North American Industry Classification System (NAICS) code for this work is 621999. The small business size standard is $31.0 million average annual revenue for the previous three years. All responsible firms may submit an offer. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. These anticipated contracts will consist of a Base Award Period of two (2) calendar years, and three (3) one-year option periods. Total contract period, to include options, shall not exceed five (5) calendar years. Delivery Orders will range from $2,500.00 to $3,000,000.00. The total of individual task orders placed against this contract shall not exceed $25,000,000.00to any one contractor. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Prototypical Project. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate the price proposal and portions of the technical proposal and may be awarded if funds are available. It is anticipated that the solicitation will be available 12 May 2010. A Pre-proposal conference and site visit is scheduled for 19 May 2010. Details for registering for the conference will be available in the solicitation Section 00100. All interested contractors are encouraged to attend and should register in accordance with the requirements to be provided in the solicitation, prior to attending for clearance to the facility. The solicitation closing date is scheduled for on-or-about 16 Jun 2010. Actual dates and times will be identified in the solicitation All information, amendments and questions concerning this solicitation will be electronically posted at the following web page: https://acquisition.army.mil/asfi/default.cfm. Interested offerors must be registered in the DOD Central Contractor Registration (CCR) database. Firms can register via the CCR Internet site at http://www.ccr.gov or by contacting the CCR Information Center at 1-888-227-2423. The solicitation and associated information minus the plans and specifications will be available from the ASFI website https://acquisition.army.mil/asfi/default.cfm. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to timothy.price1@us.army.mil 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. DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the https://acquisition.army.mil/asfi/default.cfm. for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA12/W912L9-10-R-0028/listing.html)
 
Place of Performance
Address: USPFO for Indiana 2002 South Holt Road, Indianapolis IN
Zip Code: 46241-4839
 
Record
SN02128547-W 20100423/100421235204-8c768a6f1795e0f0c0da866dd642e3ba (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.