Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2010 FBO #3197
SOLICITATION NOTICE

R -- Pre-Survey Assessment Visit for Joint Commission Accreditation Services for William Beaumont Army Medical Center in El Paso, TX 79920

Notice Date
8/24/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU010T0178
 
Response Due
9/7/2010
 
Archive Date
11/6/2010
 
Point of Contact
Marisela Galarza, 915-569-1575
 
E-Mail Address
Western Regional Contracting Office
(marisela.galarza@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. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for Pre-Survey Assessment Visit contract. Performance Period of 01 October 2010 thru 30 September 2011; LINE ITEM 0001 - PRE-SURVEY ASSESSMENT VISIT (1 each) Contractor shall perform PSAV at William Beaumont Army Medical Center at Fort Bliss located in El Paso, TX 79920. Period of performance for 01 Oct 2010 thru 30 Sept 2011. Services to be performed must be in accordance with the attached Performance Work Statement. FOB: Destination LINE ITEM 0002 WRITTEN REPORT (1 each) Contractor shall provide a written report to William Beaumont Army Medical Center within 30 business days of PSAV completion. LINE ITEM 0003 TRAVEL EXPENSES (Not to exceed: 15,000) Reimbursement will be in accordance with Joint Federal Travel Regulations. This amount is estimated. The contractor will be reimbursed for actual travel costs incurred. The government reserves the right to deobligate any unused funds. Airfare rates shall be limited to Coach fares. Meals shall be limited to the Standard Per Diem Rates in the DOD Joint Travel Regulation. A rental car requires a written justification and APPROVAL by the Requesting Activity. If rental car is authorized by Requesting Activity, contractor shall be limited to a subcompact or economy car. Arrangements for, and cost of, travel, transportation, meals and incidentals are the responsibility of the Contractor. Travel costs shall be in accordance with FAR Part 52.212-4 Alt 1 (ii)(D)(1). Costs for these expenses will be reviewed and certified by the Contracting Officers Representative. All travel and transportation shall use commercial sources and carriers, provided that the method used for the appropriate geographical area results in prudent or reasonable charges to the government. The government will NOT pay for Business Class or First Class travel. All reimbursement claims associated with travel, including airfare, must be supported with receipts. Receipts are to be submitted with the Contractors invoices for payment to the COR. LINE ITEM 0004 Contract Manpower Reporting (1 each) Please provide the one-time cost incurred set-up fee for this annual report and the man-hours that will be required to complete this report by 31 Oct of the Government fiscal year. Reporting period will be for the period of performance not to exceed 12 months ending 30 Sept of Government fiscal year. This report must be completed by 31 October. It is the contractor's responsibility to read the CMR Reporting Clause attached to this solicitation. This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 541990. Standard Industrial Classification (SIC) $7.0. Federal Supply Class/Service (FSC/SVC) R409. This acquisition is set aside 100% for Small Business. These Services are for William Beaumont Army Medical Center, 5005 N. Piedras St, El Paso, TX 79920-5001. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following clauses apply to this acquisition: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-4 Addendum, (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. (End of Addendum to 52.212-4). 52.212-4 Alternate I Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Deviation), 52.219-6 Notice Of Total Small Business Set-Aside, 52.219-28Small Business Program Representation, 52.222-3 Convict Labor; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity; 52.222-36 Affirmative Action For Workers With Disabilities, 52.222-50 Combat Trafficking in Persons, 52.222-50 Combating Trafficking in Persons; 52.223-5 Pollution Prevention and Right-to Know Information; 52.224-1, Privacy Act Notification, 52.224-2 Privacy Act, 52.225-13 Restriction on Certain Foreign Purchases; 52.232-18 Availability of funds; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 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; 52.242-13 Bankruptcy; 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviations in Clauses: (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. (End of clause 52.252-6). The following DFARS clauses apply: 252.212-7001 Deviation, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; Local Clause (5001) Health Insurance Portability & Accountability Act (local clause available via e-mail request); 252.201-7000 Contracting Officers Representative; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; WAWF Instructions (local clause available via e-mail request). Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by_7 September 2010 at 12:00 PM__ Mountain Standard Time. Submit offers via fax to (915) 569-1575 or email to Marisela.galarza@us.army.mil (Preferred) The following provisions will be included in the established agreements: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-1 Addendum: (m) Replace Paragraph 52.212-1(b) with the following: INSTRUCTIONS FOR PREPARATION OF PROPOSALS: The proposal shall have a title page identifying the offeror, the full address, phone/fax number, contacts (POCs) with email addresses, the solicitation number and its contents. Acceptable Proposal Submission: Original proposals shall be submitted via E-Mail to: Marisela.galarza@amedd.army.mil Or via fax to: FAX: 915-569-4736 ATTN: Marisela Galarza The proposals submitted must clearly identify this notice and the name of the contract specialist on the first page or subject line. Offerors bear the burden of ensuring that the proposals reached the designated contracting office on time and should allow a reasonable time for facsimile transmissions to be completed. All pages of the transmission and attachments must reach the office before the deadline specified and pages of a facsimile transmission that arrive in the office after the specified deadline will not be considered. The offeror bears the risk of non-receipt of facsimile transmission and should confirm by telephone that any facsimile was received. Point of contact for this requirement is Marisela Galarza 915-569-1575. WRITTEN DOCUMENTATION: Offeror shall prepare in four separate volumes as follows (NOTE: offers submitted through AFSI are unacceptable): VOLUME I - ADMINISTRATIVE VOLUME II - TECHNICAL (Factor 1 and Sub-Factors) VOLUME III - PAST PERFORMANCE (Factor 2) VOLUME IV DELIVERY (Factor 3) VOLUME V - PRICE (Factor 4) The offeror shall submit 1 copy of its entire proposal. The submittal of an incomplete proposal may render the proposal unacceptable and will not be considered. WRITTEN DOCUMENTATION, shall include the following: VOLUME I - ADMINISTRATIVE a. Request for Quote A copy of the Solicitation with original signatures of a corporate officer authorized to negotiate for the company. Include name of the company, phone, fax numbers, and email address(es). b. Acknowledged and signed, Original copies of amendment(s) if applicable. c. Completed copy of the Representations and Certifications at FAR 52.212-3, (Alternate I), 52.219-1 (Alternate I), and DFARS 252.212-7000. Complete annual representations and certifications electronically at http://orca.bpn.gov. d. The offeror shall provide (with its proposal) points of contact for administration of the contract during offerors normal business hours and after normal business hours. The POC for other than normal business hours will be contacted only in the event of emergencies. Accordingly, the named individual(s) should possess sufficient corporate authority to effectively deal with emergency situations and the telephone number provided should be functioning at all times other than normal business hours. If there are different POCs for different conditions, such as weekdays, weekends, holidays, etc., please furnish and explain: VOLUME II. TECHNICAL/EXPERTISE (FACTOR 1 and Sub-Factors) This part of the technical proposal shall be addressed in sufficient written detail for the Government to determine if offerors understand this aspect of the Governments requirement. Offerors shall address each factor separately, and shall provide sufficient narrative and supporting data for each factor. FACTOR 1. Offeror & employees shall have a minimum of three years previous experience with the The Joint Commission (TJC) either as a certified surveyor, with the Central Office and/or Special Survey Unit committee, or have chaired or co-chaired a JC committee. Sub-Factor 1. Offeror has TJC Pre-Survey consulting experience in regional DOD Multi-Hospital Organizations within the last 5 years. Sub-Factor 2. Offeror has recent publication/presentation on TJC and /or regulatory agency compliance Minimum publications/presentation of 5 in past 2 years. Offeror demonstrates continuing education on JC and regulatory compliance, through workshops, webinars, and/or audio conference. Sub-Factor 3. Offeror has completed successful post survey clarification evidence of standards compliance and has experience with Review Hearing Panels at The Joint Commission. Sub-Factor 4. Offerors plan describing services conducted, pre-survey assessment, and post survey assessment must be available. Offeror is available off-site by phone & email during TJC accreditation survey for consultation. Sub-Factor 5. Offeror demonstrates excellence in survey outcomes in MTF and civilian hospitals as evidenced by no adverse outcomes for the past 5 year. Sub-Factor 6 Offeror Quality Control Plan that describes offerors plan for meeting the PWS requirements, IAW PWS & QASP. VOLUME III. PAST PERFORMANCE (FACTOR 2) a. Submit narrative of past performance for projects described in the attached Past Performance Questionnaire (see Attachment) for at least three contracts completed within the past three years under which offeror performed similar services for other federal or private agencies (complexity and dollar value). b. It is the Offerors responsibility to ensure customers submit the attached Past Performance Surveys directly to the Western Regional Contracting Office Cell, ATTN: Marisela Galarza via e-mail or fax by the closing date of the solicitation. The Government will not be responsible for tracking incorrect references and phone numbers or questionnaires not received by the closing date. To expedite the evaluation process, offerors are requested to send their private sector references a letter authorizing the reference to provide information to the Government. The Government may contact references immediately after the solicitation closing date; therefore, it is crucial that offerors immediately authorize their references to release information to the Government. VOLUME IV. DELIVERY (FACTOR 3) a. Offerors plan to meet the Governments desired delivery date by having surveyors conduct PSAV at MTF during Oct 2010. If this delivery date cannot be met, offeror shall submit proposed plans to meet alternate delivery dates. VOLUME V. PRICE (FACTOR 4) a. Schedule Pricing for Requirements. The offeror shall submit proposed pricing for all Line Item Numbers identified in the Request for Quote, exept for Line Item 0003 which is already established as a Not to Exceed, cost reimbursable Line Item. b. Price Breakdown. The offeror shall provide in sufficient detail the elements that make up the total proposed CLIN pricing. Examples of price breakdown may include direct labor hours and rates, travel costs, and current catalog pricing. (n) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. (End of Addendum to 52.212-1) 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil/); 252.212-7000 Offeror Representations and CertificationsCommercial Items. 52.212-2 Evaluation-Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Factor 1. Technical Expertise Factor 2. Past Performance Factor 3. Delivery Factor 4. Price In evaluating proposals for award, Technical Expertise & Past Performance are equal in importance and are the most important factors. The Delivery factor is more important than price. Technical Expertise, Past performance, & Delivery when combined, are significantly more important than Price. ALTHOUGH PRICE IS NOT FORMALLY SCORED, IT IS IMPORTANT AND CANNOT BE IGNORED. THE DEGREE OF ITS IMPORTANCE WILL INCREASE WITH THE DEGREE OF EQUALITY OF THE PROPOSALS IN RELATION TO EVALUATION FACTORS. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision); Addendum to 52.212-2: (Paragraph (a) is hereby replaced with the following: EVALUATION FACTORS The Government will award a fixed priced contract resulting from this solicitation to the offeror whose offer conforming to the solicitation will b the most advantageous to the Government, considering the evaluated rating of all technical factors, price and related factors. A single contract will be awarded against this solicitation. Except communications conducted for the purpose of minor clarifications, the Government intends to evaluate proposals and award a contract without discussions. Therefore, each initial offer should contain the offerors best terms from a pricing and technical standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. If discussions become necessary following the initial evaluation, the competitive range may be limited. The Contracting Officer may determine that the number of proposals that would otherwise remain in the competitive range exceeds the number at which an efficient competition can be conducted. The competitive range may be limited to the greatest number of proposals that will permit an efficient competition among the most highly rated proposals. Award will be based on the best overall value offered in meeting the requirements with acceptable risk at a fair and reasonable price and will not necessarily be made to the low offeror. The source selection decision will be based on the best value offered. A proposal that is unrealistic in terms of technical quality or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risks of the contractual requirements. Such proposals may be determined as marginal or unsatisfactory. For a proposal to be considered for award, a rating of satisfactory or better must be achieved on all factors and sub-factors. TECHNICAL EXPERTISE. The offerors Technical Proposal consists of written documentation (Factor 1 and Sub-Factors). The following adjectival ratings will be used in evaluating each offerors technical expertise. ADJECTIVEDEFINITION EXCELLENT The proposal demonstrates a superior understanding of the requirements and a new or proven approach that significantly exceeds performance or capability standards. The proposal has several exceptional strengths that will significantly benefit the government. The proposal has no weaknesses or deficiencies. Normal contractor effort and normal government monitoring will be sufficient to minimize risk. The proposal is extensive, detailed, and exceeds all requirements and objectives; therefore, has a high probability of meeting the requirements with little or no risk to the government. GOODThe proposal demonstrates a considerable understanding of the requirements and the approach exceeds performance or capability standards. The proposal has one or more strengths that will benefit the government. The proposal has no deficiencies and any proposal weakness has little potential to cause disruption of schedule, increase in cost, or degradation of performance. Normal contractor effort and normal government monitoring will probably be able to overcome difficulties. The proposal generally exceeds requirements in minor areas; therefore, has a strong probability of meeting the requirements with little risk to the government. SATISFACTORY The proposal demonstrates an adequate understanding of the requirements and the approach meets all performance or capability standards. The proposal has no strengths that exceed the requirement. The proposal has no material weaknesses and no deficiencies. The proposal has some weakness that can potentially cause disruption of schedules, increase in cost, or degradation of performance. Special contractor emphasis and close government monitoring will minimize any risk. The proposal meets the minimum requirements; therefore, has an acceptable probability of successfully meeting the requirements. MARGINALThe proposal fails to meet performance requirements and capability standards in one or more areas. The proposal has minor omissions and demonstrates a misunderstanding of the requirement that may be corrected or resolved through discussions without a complete revision of the entire proposal. The proposal has weaknesses or minor deficiencies that can potentially cause some disruption of schedule, increase in cost, or degradation of performance even with special contractor emphasis, and close government monitoring. UNSATISFACTORYThe proposal fails to demonstrate a basic understanding of the requirements and the approach fails to meet performance or capability standards. The proposal has major omissions, weaknesses or deficiencies, and inadequate details to assure the evaluators that the offeror has an understanding of the requirements. The proposal presents an unacceptable risk and cannot meet the requirements without major revisions. PAST PERFORMANCE: Each offerors Past Performance (Factor 2) will be evaluated and assigned an adjectival rating. The following rating scheme for Performance Risk will be used: Low Risk, Moderate Risk, High Risk and Unknown Risk. PERFORMANCE RISK: Past and Performance Analysis provides insight into an offerors probability of successfully completing the solicitation requirements stated in the solicitation based on the offerors performance record on recent, relevant, and similar contract efforts. The number and severity of problems, the demonstrated effectiveness of corrective actions taken and the overall performance record are to be taken into consideration. RISKDEFINITION Low RiskLittle doubt exists, based on the Offerors performance record, that the Offeror can perform the proposed effort. Moderate RiskSome doubt exists, based on the Offerors performance record, that the Offeror can perform the proposed effort. High RiskSignificant doubt exists, based on the Offerors performance record, that the Offeror can perform the proposed effort. Unknown RiskLittle or no relevant performance record identifiable; equates to an unknown risk rating having no positive or negative evaluation significance. DELIVERY (Factor 3) is rated. Offerors proposed dates are outlined to meet the desired delivery date (Oct 2010) & will be used to evaluate the delivery schedule. EXCELLENT- The offerors PSAV delivery date of 1-31 Oct 2010 demonstrates a superior understanding of the Governments desire to meet the delivery scheduled requirements and significantly exceeds performance or capability standards. SATISFACTORY- The offerors proposed alternate PSAV delivery date ranges within the first quarter of FY2011 (Nov-Dec 2010) of the desired delivery date and demonstrates an adequate understanding of the delivery scheduled requirements and the approach meets all performance or capability standards. MARGINAL- The offerors proposed alternate PSAV delivery date ranges within the second quarter of FY2011 (Jan Mar 2011) of the desired delivery date and demonstrates a marginal understanding of the delivery scheduled requirements. UNSATISFACTORY- The Offerors proposed alternate PSAV delivery date ranges after FY2011 third quarter (Apr Sept 2011) of the desired delivery date therefore fails to demonstrate a basic understanding of the requirements and the approach fails to meet performance or capability standards. PRICE (Factor 4) is not rated. Price and cost analysis techniques will be used to evaluate an offerors proposed price. Price will be evaluated for realism, value offered for the price, and extent, which it is fair and reasonable in terms of the Governments requirement. Evaluation of Proposal for Award In evaluating proposals for award, Factors 1 and 2 are most important & are equal in importance. Factor 3 is more important than price. Factors 1, 2, & 3 when combined, are significantly more important than Factor 4. Evaluation Factors. Technical: Factor 1. The offerors technical proposal consists of written documentation for Factor 1 and Sub-Factors. To receive consideration for award, a rating of no less than Satisfactory must be achieved in all factors. Factor 1. Technical Expertise Factor 2. Past Performance Factor 3. Delivery Schedule Factor 4. Price Evaluation of past performance will be subjective based on consideration of all relevant facts and circumstances. The currency, content, general trends, and relevance of the information in contactors performance will be considered. The Government may also consider and use any additional information from its own files, databases, references provided by the offeror, or from any source, as it deems appropriate. The Government may contact references to verify information provided and may contact other sources known to the Government. If adverse past performance information is obtained, the respective point of contact will be contacted to obtain additional information about the circumstances surrounding the situation. Offerors will be given an opportunity to address unfavorable reports of past performance to which the offeror has not had a previous opportunity to respond. The offerors response, or lack thereof, will be taken into consideration. If an offeror does not have a past performance history relating to the solicitation, the offeror will not be evaluated favorable or unfavorably, and a neutral rating will be given for this factor. (End of Provision, 52.212-2) 52.212-3 Alt I-Offeror Representations And CertificationsCommercial Items Alternate I. See attached Performance Work Statement
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU010T0178/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office, William Beaumont Army Medical Center 5005 N. Piedras St El Paso TX
Zip Code: 79920-5001
 
Record
SN02252071-W 20100826/100824234807-378f71d4845347e20718b41ce00ffd2c (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.