Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2010 FBO #3254
SOLICITATION NOTICE

Q -- Dental Readiness Screening Camp Williams, Camp Douglas, WI November 6-7, 2010

Notice Date
10/20/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621210 — Offices of Dentists
 
Contracting Office
USPFO for Wisconsin, 1 Williams Street, Camp Douglas, WI 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-11-T-0001
 
Response Due
10/27/2010
 
Archive Date
12/26/2010
 
Point of Contact
Lisa Braund, 608-427-7274
 
E-Mail Address
USPFO for Wisconsin
(lisa.braund@ng.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 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 is issued as a request for quotation (RFQ). NAICS 621210 small business size standard is $7,000,000.00. This acquisition is UNRESTRICTED with no pricing preference. Place of performance is Camp Williams, Camp Douglas, WI. Description of requirement: The Wisconsin Army National Guard (WIARNG) requires dental screening, with MEDPROS and DENCLASS systems updating of service members at Camp Williams, Camp Douglas, WI during the period of 6-7 November 2010. The contractor will be expected to set up equipment one day prior to the start of the event in order to ensure full operations of systems. The Government may inspect facilities to ensure compliance with all applicable laws. (MEDPROS and DENCLASS are available through the Army Medical Operation Data System [MODS] at www.mods.army.mil.) Performance Standards: In accordance with the Statement of Work, the contractor shall provide, in a mobile setting, all management, labor, material, equipment, certifications and supplies necessary to provide dental examinations, and dental record updating, MEDPROS and DENCLASS updating. Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors---Commercial, applies to this acquisition. Award will be made on the basis of lowest-price technically acceptable as authorized by FAR Part 13, Simplified Acquisition Procedures (SAP). Provision for Evaluation: Award will be made to the responsible contractor (see FAR Part 9) whose quote represents the lowest overall price while meeting the technical requirements. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award in no particular order: Price; Prior Experience demonstrating Capabilities to perform all required tasks. The offeror must demonstrate in the offer the capability to meet all contract requirements through past experience at similar events, either as the prime or major subcontractor, or by identification of key personnel that have past experience in similar events. The Contractor shall prepare a technical narrative describing how the tasks will be completed in the timeframe allotted including a listing of the types and numbers of laborers that will be utilized, and a description of the facilities and special equipment to be utilized. The Government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial quote should contain the offerors best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government intends to make a single, Firm-Fixed Price award. Contract Line Item Number (CLIN): 0001, Dental Evaluation event, Camp Williams, for up to 400 Soldiers. Contractor shall provide in a mobile setting, all management, labor, materials, equipment, certifications and supplies necessary to perform all required dental evaluation tasks in accordance with Army Regulations and the Statement of Work. The following clauses and provisions apply to this acquisition: FAR 52.204-7, Central Contractor Registration; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the following applicable clauses in paragraph (b): FAR 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; (Notice: Contractor may be paid with Government Visa if requested); FAR 52.222-41 -- Service Contract Act of 1965, as Amended; FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 52.237-7, Indemnification and Medical Liability Insurance (*At least the minimum amounts required in the State of Florida); FAR 52.246-4, Inspection of Services -- Fixed-Price; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). (This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text); FAR 52.252-5 Authorized Deviations in Provisions; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.204-7004 Required Central Contractor Registration Alternate A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes and Executive OrdersCommercial Items, with the following clauses incorporated by reference; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Notice: The Wisconsin Army National Guard is not currently set up for Electronic Submission of Payment Request. The contractor shall follow normal invoicing procedures outlined in FAR 52.212-4. The requirement for Wide Area Workflow [WAWF] may be added during the performance of the contract and instructions for submission of invoices will be provided); DFARS 252.232-7010 Levies on Contract Payments; Note: The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil. Notice: Contractor performance may be evaluated in accordance with policy at FAR 42.1502. Notice for Service Contract Act: Applicable SCA Wage Determination--Wage Determination No.: 2005-2577, Revision 14, 06/15/2010. Submittal requirements: Offerors shall submit quotations including information required by the applicable provisions which outline the following: 1. Pricing 2. In formation required by Provision for Evaluation above 3. Proposals must also include completed representations and certifications in the provisions 52.212-3 Alt. I and 252.212-7000, except that 252.212-7000 need not be filled out if the offeror has completed the pertinent representations and certifications in Online Representation and Certifications Application (ORCA) at www.bpn.gov within the past 12 months. If the offeror has completed 52.212-3 Alt I in ORCA, include the appropriate certification. Additional Information for Offerors: 52.232-18 -- Availability of Funds Funds are not presently available for this contract. The Governments obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. Offers are due October 27, 2010 4:00 p.m. Central Standard Time. Oral quotations will not be accepted. Faxed offers must be readable to be considered. Fax offers to (608) 427-7279 Attn: SSG Lisa M. Braund. Email offers to lisa.braund@us.army.mil. Any questions shall be addressed to SSG Lisa Braund, Contracting Officer, (608) 427-7274 or email lisa.braund@us.army.mil prior to 10:00 a.m. Central Standard Time, October 25, 2010.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-11-T-0001/listing.html)
 
Place of Performance
Address: Camp Williams Building 210 Camp Douglas WI
Zip Code: 54618
 
Record
SN02313838-W 20101022/101020233909-1783feb6a32239ac1d9cb05529752daf (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.