Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2010 FBO #3156
SOLICITATION NOTICE

Q -- Medical, Psychological, Fitness, and Drug Testing Services - Attachment 5 - Sample of Subcontracting Plan - Attachment 4 - Submission Instructions to Offerors and Evaluation Procedures - Attachment 2 - MS Excel Spreadsheet ---Schedule of Supplies of Services - Attachment 6 - Past Performance Questionnaire - Attachment 1 - Statement of Work and Appendices - Attachment 3 - Additional Provisions, Clauses, Terms and Conditions in Full Text including the Ordering Procedures

Notice Date
7/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621511 — Medical Laboratories
 
Contracting Office
Department of Homeland Security, Immigration & Customs Enforcement, ICE-OAQ-SS, 801 I STREET, NW, Suite 910, Washington, District of Columbia, 20536, United States
 
ZIP Code
20536
 
Solicitation Number
HSCESS-10-R-00001
 
Archive Date
8/28/2010
 
Point of Contact
Carmen G. Rios, Phone: 202-732-2645, Juanita Jones, Phone: 202-732-2619
 
E-Mail Address
Carmen.Rios1@dhs.gov, Juanita.Jones1@dhs.gov
(Carmen.Rios1@dhs.gov, Juanita.Jones1@dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Additional Provisions, Clauses, Terms and Conditions in Full Text including the Ordering Procedures Appendix X - Federal Protective Service Medical Standards Appendix IX - Medical Examination and History Report and Consent for Fitness/Performance Test (Part 2 of 2) Appendix IX - Medical Examination and History Report and Consent for Fitness/Performance Test (Part 1 of 2) Appendix VIII - Statement of Employee Responsibility for Maintenance of Physical Conditioning Appendix VII - Instructional Handsheet for Physical Examination and Scoresheet (Part 2 of 2) Appendix VII - Instructional Handsheet for Physical Examination and Scoresheet (Part 1 of 2) Appendix VI - Cities Requiring Collection Facilities within 60 Mile Radius Appendix V - Duty Locations Appendix IVWeapons Carrying Positions (Part 2 of 2) Appendix IVWeapons Carrying Positions (Part 1 of 2) Appendix III - 2000 Labor Agreement Appendix II - HHS Specimen Collection Handbook Appendix I - Legacy INS Drug-Free Workplace Program Statement of Work Past Performance Questionnaire Schedule of Supplies of Services Submission Instructions to Offerors and Evaluation Procedures Sample of Subcontracting Plan This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.603 of the Federal Acquisition Regulations (FAR), 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. The solicitation number for this procurement is HSCESS-10-R-00001. This procurement is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-44. This is an unrestricted solicitation. The Government anticipates awarding a single hybrid Indefinite Delivery / Indefinite Quantity (IDIQ) contract as a result of this solicitation, whereby Firm Fixed Price (FFP) and Labor Hours (LH) task orders will be issued. The associated North American Industry Classification System Code (NAICS) is 621511, Medical Laboratories, size standard: $13.5 million. STATEMENT OF WORK (SOW): The Department of Homeland Security (DHS), U.S. Immigration and Customs and Enforcement (ICE), Office of Human Capital (OHC), has a requirement for medical, psychological, fitness, and drug testing services. A SOW for this requirement is provided as Attachment 1. The scope of the SOW will support ICE and Federal Protective Service. PERIOD OF PERFORMANCE: The ordering period of performance will be one year with four one-year options. PLACE OF PERFORMANCE: Delivery destinations will be specified in each individual task orders. Delivery to government sites throughout the United States, its possessions, and territories, are within the scope of the resultant IDIQ contract. Potential delivery destinations include all 50 US states, plus locations in Puerto Rico, the Virgin Islands, and the Mariana Islands to include Guam. SCHEDULE: Offerors shall complete Attachment 2, Schedule of Supplies/Services, and return it with the proposal, Volume III. The offeror shall provide the unit price for each line item as well as the extended price for the base and each option period with the exception of SubClins 0001AD, 0001AG, 0001AO, 0007AA, and their respective option periods. No input is required under the first Tab of Attachment 2 title, "Summary". Do not alter the formulas on the spreadsheet. SUBMISSION OF PROPOSALS: To be considered for award, please submit proposals by no later than 2:00 PM Eastern on August 13, 2010. Please refer to FAR provisions 52.212-1, 52.212-2, and Attachment 4 for additional submission instructions and evaluation procedures. APPLICABLE CLAUSES: This solicitation incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation Circular 2005-44, effective July 8, 2010. Provision FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) and addendum are incorporated into this solicitation with the following insert under (c): The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of offers. Provision 52.212-2, Evaluation - Commercial Items (January 1999) is incorporated with the following insert under (a): "The following factors shall be used to evaluate offerors and are in descending order of importance: (A) Technical Approach/Logistical Capabilities, (B) Management Approach, (C) Key Personnel, (D) Past Performance, (E) Socio Economic Status / Usage, and (F) Price. Please refer to Attachment 4 for additional submission instructions and evaluation procedures. Provision 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2009) is incorporated. Contractors shall submit their Online Representation and Certification Application (ORCA) at the following portal: http://orca.bpn.gov. FAR Clauses 52.212-4, Contract Terms and Conditions - Commercial Items (March 2009), 52.212-4 Contract Terms and Conditions-Commercial Items Alternate I (March 2009), and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (April 2010) apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (September 2006); (2) 52.219-8, Utilization of Small Business Concerns (May 2004); (3) 52.219-9 Small Business Subcontracting Plan (April 2008) with its Alternate II (Oct 2001); (4) 52.219-16, Liquidated Damages-Subcontracting Plan (January 1999); (5) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (April 2008); (6) 52.222-3, Convict Labor (June 2003); (7) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (August 2009); (8) 52.222-21, Prohibition of Segregated Facilities (February 1999); (9) 52.222-26, Equal Opportunity (March 2007; (10) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (September 2006); (11) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); (12) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (September 2006); (13) 52.222-54, Employment Eligibility Verification (January 2009); (14) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (October 2003). In addition, the following FAR provisions and clauses are also applicable: (1) 52.203-3, Gratuities (April 1984); (2) 52.203-13 Contractor Code of Business Ethics and Conduct (April 2010) (3) 52.204-4, Printed or Copied Double-Sided on Recycled Paper (August 2000); (4) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation (July 2009); (5) Provision 52.216-31, Time-and-Materials/Labor-Hour Proposal Requirements-Commercial Item Acquisition (February 2007); (6) 52.223-6, Drug Free Workplace (May 2001); (7) 52.224-1, Privacy Act Notification (April 1984); (8) 52.224-2, Privacy Act (April 1984); (9) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); (10) 52.232-18, Availability of Funds (April 1984); (11) 52.237-3, Continuity of Services (Jan 1991). This solicitation incorporates the following Homeland Security Acquisition Regulation (HSAR) provisions and clauses: (1) 3052.242-71, Dissemination of Contract Information (December 2003) and (2) 3052.242-72, Contracting Officer's Technical Representative (December 2003). The submission of responses to clause HSAR 3052.209-72 shall be within Volume III, Price Proposal of the offer. Full text of the FAR and HSAR provisions and clauses can be found at: http://farsite.hill.af.mil. Refer to Attachment 3 for additional provisions, clauses, terms and conditions to include the ordering procedures, which are incorporated by full text. MINIMUM AND MAXIMUM THRESHOLDS: Total aggregate of all orders placed against this IDIQ contract will not exceed $50,000,000.00 over five (5) years. The total guaranteed minimum for the base year of this contract is $170,000.00. Central Contractor Registration (CCR): Prospective awardees shall be registered in the CCR database prior to award. Further information on CCR registration can be obtained at the following website: http://www.ccr.gov. LISTING OF ATTACHMENTS AND APPENDICES: Attachment - 1. Statement of Work Appendix I Legacy INS Drug-Free Workplace Program Appendix II HHS Specimen Collection Handbook Appendix III 2000 Labor Agreement Appendix IV Weapons Carrying Positions Appendix V Duty Locations Appendix VI Cities Requiring Collection Facilities within 60 Mile Radius Appendix VII Instructional Handsheet for Physical Examination and Scoresheet Appendix VIII Statement of Employee Responsibility for Maintenance of Physical Conditioning Appendix IX Medical Examination and History Report (part 1) and Consent for Fitness/Performance Test (part 2) Appendix X Federal Protective Service Medical Standards Appendix XI Definitions Attachment - 2. MS Excel Spreadsheet ---Schedule of Supplies of Services Attachment - 3. Additional Provisions, Clauses, Terms and Conditions in Full Text including the Ordering Procedures Attachment - 4. Submission Instructions to Offerors and Evaluation Procedures Attachment - 5. Sample of Subcontracting Plan Attachment - 6. Past Performance Questionnaire All questions concerning this synopsis/solicitation must be directed in writing via email to Juanita.Jones1@dhs.gov and Carmen.Rios1@dhs.gov by no later than 2:00 PM Eastern July 29, 2010. No questions or inquiries will be accepted by telephone. The distribution of any amendments regarding this acquisition will be accomplished solely through FedBizOpps website. Interested parties are responsible for monitoring this website to assure that they have the most up-to-date information about this acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/INS/ICE-OAQ-SS/HSCESS-10-R-00001/listing.html)
 
Place of Performance
Address: Delivery destinations will be specified in each individual task orders. Delivery to government sites throughout the United States, its possessions, and territories, are within the scope of the resultant IDIQ contract. Potential delivery destinations include all 50 US states, plus locations in Puerto Rico, the Virgin Islands, and the Mariana Islands to include Guam., United States
 
Record
SN02204955-W 20100716/100714234432-810f4effa7bc316f4cd8e2d4e9f46a8a (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.