Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2010 FBO #3078
SOLICITATION NOTICE

Q -- MOBILE HEALTH UNIT

Notice Date
4/27/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-10-Q-1025
 
Response Due
4/30/2010
 
Archive Date
6/29/2010
 
Point of Contact
Kindra Owens, 410-278-8405
 
E-Mail Address
USPFO for Maryland
(kindra.owens@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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 solicitation, W912K6-10-Q-1025 is being issued as a Request for Quotation (RFQ). This procurement is a 100% small business set aside IAW FAR 19.502-2(a). The NAICS Code is 621999 and the small business size standard for this NAICS code is $10.0 Million. The Maryland Army National Guard (MDARNG) has a requirement for a mobile health unit to provide occupational health examinations to technicians that work in potentially hazardous environments. The contractor shall provide all labor, supplies, tools, and supervision to conduct the required health services, laboratory work and testing. The MDARNG will provide the rooms needed to conduct the physical examination at various designated site locations. Site locations and numbers of required examinations are indicated as: Site #1 Army Aviation Support Facility (AASF) - Aberdeen Proving Ground, MD 21010 (93 Exams) Site #2 CFMR FMS 1 5525 Rue Saint Lo Dr. Reisterstown MD 21136 (18 Exams) Site #3 Cheltenham 8601 Odell Rd. Laurel MD 20708 (23 Exams) Site #4 CSMS Box 1, 333 Old Bay Lane Havre de Grace MD 21078 (60 Exams) Examinations will be performed between 11-21 May 2010, no other dates are acceptable. Contractor must ensure all procedures are conducted in accordance with applicable American Board of Occupational and Environmental Medicine (ABOEM), American Association of Occupational Nurses (AAOHN), U.S Department of Labor, Occupation Safety and Health Administration (OSHA), and National Institute for Occupational Safety and Health (NIOSH) Standards. Contractor must ensure all clinical laboratory services are performed by a laboratory licensed through the U.S Department of Health and Human Services (DHHS) Health Care Financing Administration pursuant to the terms of the Clinical Laboratories Improvement Act of 1967 (42 U.S.C 263a) and the College of pathologies. Contractors must provide a Board Certified Occupational Medicine Physician to conduct job-related medical surveillance physical examinations and occupational health consultation services for all MDARNG employees present at MDARNG work-sites. License must be available. Within ten (10) calendar days after award of contract, contractor will arrange for initial coordination of services and scheduling of examinations with the technical point of contact as designated by the Contracting Officer. Rooms will be reserved at each site for early morning blood draw and physician examinations. The privacy of the technicians must be ensured at all times. Reports will be submitted within thirty (30) calendar days of examination. Only licensed medical technicians will perform surveillance screening/testing elements. Personnel performing audiograms will be certified by the Council for Accreditation in Occupational Hearing Conservation (CAOHC). Personnel conducting Spirometry will be certified through a program approved by the National Institute for Occupational Safety and Health (NIOSH). License and certifications must be available for review. Instrumentation must meet or exceed appropriate performance, calibration, and maintenance standards, and accuracy IAW current OSHA and Army Guidelines. All hearing results will be entered into the DOEHRS-HS database onsite, and then within two weeks of test, forwarded to the MDARNG. MDARNG will provide hearing conservationist with database prior to testing. Examinations will be administered according to specific Job Titles, please refer to the attached SOW. Any other testing, deemed appropriate, is at the discretion of the physician. The following clauses are applicable to this acquisition: FAR 52.212-1, Instructions to Offers-Commercial Item any addenda to the provisions; FAR 52.212-2 Evaluation of Commercial Items (price, technical capability, and past performance); FAR 52.212-2 Offeror Representations and Certifications Commercial Items (offerors must submit a complete copy with their offers. Documentation can be completed at (https://orca.bpn.gov/) FAR52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions Required to Implement Statutes or Executive Orders Commercial Items; DFARS 252-212-7001 (Dev) Contract Terms, Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 52.204-7, Central Contractor Registration; FAR 52.219-6, Notice of Small Business Set-Aside; Far 52.219-28, Post-Award Small Business Program Re-representation; FAR 52.222-3 Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.233-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.233-3, Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claims; FAR 52.237-1, Site Visit; FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation; FAR 52.252-2, Clauses Incorporated by Reference; DFARS 252.203-7000, Requirements Relating to Compensations of former DOD Officials; DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7004 Required Central Contractor Registration, Alternate A; DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252-232-7010, Levies on Contract Payments; and DFARS 252.247-7023, Transportation of Supplies by Sea-Alternate III. All firms or individuals responding must be registered with the Central Contractors Registration (www.ccr.gov) to be considered for award. All quotes/responses must be submitted in writing by E-mail or fax, received no later than 5:00 P.M Eastern Time, 30 April 2010. An inquiries need to be submitted in writing, no phone inquires will be accepted. Offerors shall include, within their quotation a unit price for each job title listed in the SOW and documentation concerning the offerors technical capability and past performance. Unit price shall be inclusive of any travel expenses. Offers will be evaluated as to the best value to the Government. The following evaluation factors will be considered (listed in order of importance): Price, Technical Capability and Past Performance. All evaluation factors, other than price, when combined, are approximately equal to price. The Government intends to evaluate quotations/offers and award a contract without discussion with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. FAR 52.237-7, indemnification and Medical Liability insurance applies to this contract. Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required $1,000,000 Medical Liability Insurance has been obtained. Point of Contact SSG Kindra Owens, Procurement Technician, 410-278-8405, Fax 410-278-8405, email kindra.owens@us.army.mil Contracting Office Address USP&FO For Maryland, Purchasing & Contracting Division, 301 Old Bay Lane, Havre de Grace MD 21078.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-10-Q-1025/listing.html)
 
Place of Performance
Address: USPFO for Maryland State Military Reservation, 301 Old Bay Lane Havre de Grace MD
Zip Code: 21078-4094
 
Record
SN02132931-W 20100429/100427234639-26a95d2ee28fd9fd507f0b2ca8d54376 (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.