Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 18, 2010 FBO #3311
SOLICITATION NOTICE

Q -- Medical and Dental Services - Performance Work Statement

Notice Date
12/16/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Kansas, 2737 South Kansas Avenue, Topeka, Kansas, 66611-1170, United States
 
ZIP Code
66611-1170
 
Solicitation Number
W912JC-11-R-5700
 
Archive Date
2/1/2011
 
Point of Contact
Karen L. Robben, Phone: 7852741273
 
E-Mail Address
karen.robben@us.army.mil
(karen.robben@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Performance Work Statement for W912JC-11-R-5700 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 issued as a request for proposal (RFP) and is unrestricted. The NAICS Code is 621399, with a business size standard of $ 7.0M. The Government intends to fulfill this requirement by awarding a single Indefinite Delivery/ Indefinite Quantity (ID/IQ) Contract with one (1) base year and four (4) option years. This solicitation is for non-personal health care services contract, as defined in 37.101, under which the contractor is an independent contractor. The government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g., professional judgments, diagnosis for medication treatment, etc). The contractor indemnifies the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance. The Government requires the contractor maintain medical liability insurance, in coverage amounts which his not less than the amount normally prevailing within the local community for the medical specialty concerned. The contractor is required to ensure that its subcontracts for provisions of health care services contain the requirement of the clause at 52.237-7, including the maintenance of medical liability insurance. The minimum order amount for the contract is $10,000 and the maximum contract amount over the life of the contract, including all options if exercised is $10,000,000. The Kansas Army National Guard Medical Detachment Office has a requirement for Medical and Dental Services to be provided for KSARNG soldiers. The Contractor will be required to furnish labor, material, and equipment necessary to complete the task identified in the attached Performance Work Statement (PWS). Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors-Commercial, applies to this acquisition. Award will be made based on an evaluation of the criteria of price, past performance, and technical capability. Provision for Evaluation: Award will be made to the contractor whose offer represents the Best Value to the Government. In accordance with FAR Subparts 15.304 and 15.305 and the clause at 52.212-2, the Government will consider the following for award: 1) Price; 2) Past Performance; 3) Technical Capability. A consideration when evaluating technical capability will be the continuity of personnel offered by the contractor. Continuity of personnel will limit the need for constant training of new personnel month to month. Past Performance and Technical Capability, when combined are significantly more important than price. The offeror must demonstrate in the proposal the capability to meet all contract requirements through past performance at similar events (Assessing military member for medical fitness to standards in accordance with Army Regulation 40-501, either as a prime or first tier subcontractor, and by identification of key personnel that have past performance experience. The Government intends to evaluate proposals and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore the initial proposal should contain the offerors best terms from a cost or price standpoint. Do not assume that you will have the opportunity to clarify, discuss, or revise your proposal. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their proposal. 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. Submittal requirements: Offeror's shall submit proposals (one hard copy and one electronic.pdf copy) including information required by the applicable provisions which outline the following: •1. Pricing/Rate Schedules for each Performance Period. •2. Discounts Offered for Prompt Payment. •3. Resumes of Key Personnel. •4. Description of owned mobile vehicles including photographs of interior and exterior of the mobile vehicles. •5. Offerors Safety and Health Program. •6. Offerors Quality Assurance Program. •7. Reasonably available past performance information that is recent and relevant (performance that has occurred within the last five (5) years). Contractor shall submit no more than five (5) Past Performance Documents. •8. Proposals must also include completed representations and certifications in the provisions 52.212-3 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 with the past 12 months. Potential contractor must complete the Central Contractor Registration prior to award of the contract. Offers are due by 12:00 noon CST on Monday, January 17, 2011. Mail offers to USPFO for Kansas, Attn: Karen Robben, 2737 S Kansas Ave, Topeka KS 66611. Faxed or Emailed proposals will not be accepted. Any questions shall be addressed to Karen Robben, Contracting Officer, 785-274-1273 or email Karen.robben@us.army.mil. FAR 52.233-2, Service of Protest; Protest to the independent review authority shall be filed with the Contracting Officer: USPFO for Kansas Attn: Karen Robben 2737 S Kansas Ave Topeka KS 66611 Fax: 785-274-1642 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA14/W912JC-11-R-5700/listing.html)
 
Place of Performance
Address: various locations within the State of Kansas per the Performance Work Statement, Kansas, United States
 
Record
SN02345644-W 20101218/101216234258-602dc7d4c6feccf613b587922dc267b0 (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.