Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2011 FBO #3345
SOLICITATION NOTICE

Q -- Mobile Health Facilities, Medical Professional Provider, Medical Technician Provider, and Case Management Support: for Individual Medical Readiness and Fully Medically Ready Medical requirements of the PAARNG.

Notice Date
1/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W90GPG01550001
 
Response Due
2/14/2011
 
Archive Date
4/15/2011
 
Point of Contact
Jason S. Frankenfield, 717-861-8643
 
E-Mail Address
USPFO for Pennsylvania
(jason.s.frankenfield@us.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 is a combined synopsis/solicitation for non-personal health care services as defined in FAR 37-101, under which the providers 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. The Pennsylvania Army National Guard (PAARNG), United States Property and Fiscal Office (USPFO) is soliciting proposals for health care services for its soldiers as described in the Performance Work Statement (PWS). The Government anticipates a single award of a firm fixed price Indefinite Delivery Indefinite Quantity (IDIQ) contract with four (4) option years. Estimated Dollar Value: $15,000,000.00 NTE including all option years. This IDIQ will be a non-funded contract. This contract will have a minimum guarantee to the winning bidder of for an order of $2,000 and a max amount of $3,000,000 per year. Task orders will be written against the contract and funding must be submitted with each task order request. The contract cannot exceed $15,000,000 to include all option years. The minimum number of Soldiers to receive services in a year is 50. The maximum number of soldiers that will require services will not exceed 10,000 soldiers per year. FAR Clause 52.232-18, Availability of Funds, applies to this contract. The Government reserves the right to award all or less than all of the individual line items at the time of award. The Solicitation Number, W90GPG01550001, as shown in this announcement is a Request for Proposal (RFP). The Government requests a comprehensive proposal(s) in order to accomplish the objectives and requirements as stated herein. The Government reserves the right to not make an award at all. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-47. Set Aside: None. This procurement is issued for full and open competition. The NAICS code is 621999, which is not part of a designated industry group under the Small Business Competitiveness Demonstration Program. Contract Line Item Number(s): Manpower reporting requirements may be priced as an individual line item or included with the associated task. See Contract Pricing section for contract line items. Description of Requirements: The requirements of the PWS are applicable. In addition to the aforementioned requirements, the contractor must: indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance; and maintain medical liability insurance, in a coverage amount acceptable to the contracting officer, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The contractor is also required to ensure that its subcontracts for provisions of health care services, contain the requirements of the clause at FAR 52.237-7, including the maintenance of medical liability insurance. Dates and Places of Delivery: As per the PWS. Base year performance shall be through February 21, 2012 with four (4) option years. Base year and each option year will have a maximum order limitation of $3 million per year. FAR 52.217-8, Option to Extend Services, applies to this acquisition. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. FAR 52.217-9, Option to Extend the Term of the Contract, applies to this acquisition. The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option clause. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. Point of Contact for this procurement regarding the solicitation is Jason Frankenfield, who may be reached at Jason.S.Frankenfield@us.army.mil and (717) 861-8643. Offer Due Date: Offers are due 1100 HRS (11:00 AM Eastern Time) on February 14, 2011. Email proposals WILL NOT be accepted. Facsimile proposals WILL NOT be accepted. Mailing Address for offers: DMVA, Bldg. 0-48 Attn: Jason S. Frankenfield USPFO for PA, P&C, Rm. 242 FTIG / Annville, PA 17003-5003 FAR 52.233-2, Service of Protest, applies to this acquisition. Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgment of receipt from Jason S. Frankenfield, at the above-referenced mailing address for offers. The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and is incorporated by reference, except that paragraph (a) does not apply and is not incorporated by reference and that the offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers. In addition to the information required by FAR 52.212-1, the Contractor's proposal shall include: (1) The contractor's proposed Quality Control Plan for this solicitation, (2) Past performance information, which shall include: (a) A minimum of three (3) and a maximum of five (5) projects within the last (3) years that are within the same/similar dollar magnitude and scope of this proposed project; (b) Title of the project(s) listed as a reference; (c) Point of contact (POC); (d) Telephone number where POC can be reached when contacted by a USPFO representative; (e) Email address where POC can be reached when contacted by a USPFO representative. (3) A written description with photos of the self-contained mobile health facilities that will be used to fulfill Government requirements. Submission of brochures for mobile units is permitted and encouraged, provided the brochures provide relevant information and adequately demonstrate the offeror's ability to meet the requirements of the PWS. Offerors are cautioned to submit enough information to enable the Government to fully ascertain each offeror's capability to perform all of the requirements of this solicitation. (4) Pricing Structure for the base year and Option years. (5) Fill in and provide the information required by 52.209-7, Information Regarding Responsibility Matters. Provide completed representations and certifications in the provisions 52.212-3 Alt. I and 252.212-7000. FAR 52.212-2, Evaluation of Commercial Items, applies to this acquisition and is incorporated by reference, except that the Government reserves the right not to make an award and that paragraph (b), Options, does not apply and is not incorporated by reference. The Government intends to 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. Non-Price factors when combined are more important than price. The following factors shall be used to evaluate offers: (1) Price; (2) Past performance; and (3) Technical capability. Technical capability will be evaluated based upon the approach of the Offeror's proposal, to include, but not limited to: the responsiveness of the Offeror's proposal to the Government's requirements and the Offeror's ability to meet and/or exceed the Government's requirements. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, ALT I, applies to this acquisition and is incorporated by reference. Offerors shall include with their proposals a completed representations and certifications in the provisions 52.212-3 Alt. I and 252.212-7000. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition and is incorporated by reference. Contract Pricing: Contractors shall propose a price for each contract line item number which shall apply throughout Pennsylvania. Contractors may also propose and the Government may then consider Location Based Pricing for Fort Indiantown Gap, Washington, Scranton, and Willow Grove. If a contractor proposes Location Based Pricing and a location by the Government is selected within Pennsylvania that is not a designated location within Pennsylvania, then the pricing for the subject task order shall be according to the closest designated location within Pennsylvania. ITEM NO 0001 and 0002: Pricing shall be on a per-soldier basis with a minimum order of 50 soldiers per day. Price per soldier, which is quoted for 120 soldiers, shall apply to all orders. Contractor possesses the ability to support 50 - 200 soldiers per day. It is anticipated that 25% of soldiers will be over age 40 and that 20% of soldiers will be female. Anticipated quantity for each support package will be identified on the task order. ITEM NO 0001:Non SRP - AMR Support Package In accordance with the PWS, guidance established by the National Guard Bureau, the Surgeon General, and AR 40-501. The contractor shall provide AMRs. This includes, but is not limited to, PHAs, provider interviews, vitals, conducting cardiovascular screenings (EKG's and lipid panels for all eligible soldiers over the age of 40 (male) and 50 (female), visual acuity testing, sufficient personnel to perform on-site MODS/MEDPROS data entry and pre/post event Soldier Treatment Record Review & Maintenance. ITEM NO 0002:SRP - AMR Support Package In accordance with the PWS, contractor to provide the same support as identified in ITEM NO 0001, Non SRP - AMR Support Package, and in addition to provide: medical staff support to perform, but not limited to, the following limited services for designated personnel: administer routine/other immunizations (all vaccine serums will be provided by the PAARNG), DNA specimen collection, HIV testing for soldiers without a test date within the past 24 months, G6PD, Pregnancy testing, Pap smears/pelvic examinations, and PPD - Tuberculosis/Tuberculin Skin Test. ITEM NO 0003 and 0004: Pricing shall be on a per week basis, with a minimum order of 13 weeks. Price per week which is quoted for 13 weeks shall apply to all orders. Case management services to be provided 5 days per week, except for federal holidays, for a period of 13-39 weeks, at a designated location. ITEM NO 0003:Case Management (Medical) - Non Event Support In accordance with the PWS, Contractor to provide the appropriate medical staff (Registered Nurse or equivalent) to conduct case management services for medically non deployable soldiers as directed by the OSARS or authorized personnel. ITEM NO 0004:Case Management (Behavioral Health) - Non Event Support In accordance with the PWS, Contractor to provide, the appropriate medical staff (Licensed Social Worker or equivalent) to conduct consultation and case management services for behavioral health non-deployable soldiers as directed by the OSARS or authorized personnel. ITEM NO 0005, 0006, 0008, 0009, 0010, 0011, AND 0012 Price requested per day (generally for 1 - 3 days) and per week (5 consecutive days, generally M - F). ITEM NO 0005:Medical Professional Provider In accordance with the PWS, Contractor to provide a Physician, Physician's Assistant, or Nurse Practitioner to conduct PHAs; Flight Physicals; Enlistment, Appointment, and Induction Physical Examinations; and Retention, Separation and Retirement Physical Examinations. ITEM NO 0006:Medical Technician Provider In accordance with the PWS, Contractor to provide a Medical Assistant to conduct services, to include but not limited to, height/weight and blood pressure screenings, EKGs, visual acuity testing (vision screening), immunizations, phlebotomy/lab services, DNA collection, and Soldier Treatment Record review and maintenance services. ITEM NO 0007:DOEHRS-HC In accordance with the PWS, Contractor to provide DOEHRS-HC exams, to include a mobile facility, required equipment and supplies, and appropriate personnel. Pricing shall be on a per-soldier exam basis with a minimum order of 50 soldiers per day. Price per soldier, which is quoted for 120 soldiers, shall apply to all orders. Contractor possesses the ability to support 50 - 300 soldiers per day. ITEM NO 0008:Audiology Evaluations In accordance with the PWS, Contractor to provide Audiology Evaluations for approximately 15 - 30 soldiers per day. ITEM NO 0009:Speech Recognition in Noise Test (SPRINT) In accordance with the PWS, Contractor to provide SPRINT evaluations for approximately 15 - 30 soldiers per day. ITEM NO 0010: Optometry Services In accordance with the PWS, Contractor to provide appropriate medical staff for approximately 15 - 30 soldiers per day to support vision readiness deployment requirements IAW AR 40-501 for select Vision Class 2 and all Vision Class 3 soldiers. ITEM NO 0011:Case Management (Medical) Provider In accordance with the PWS, Contractor to provide an appropriate case manager (Registered Nurse or equivalent) to conduct case management services for medically non-deployable soldiers. ITEM NO 0012:Case Management (Behavioral Health) Provider In accordance with the PWS, Contractor to provide an appropriate case manager (Licensed Social Worker or equivalent) to conduct consultation and case management services for behavioral health non-deployable soldiers. ITEM NO 0013: The awarded contractor will be required to comply with the Army's policy for Contractor Manpower Reporting (CMR), which is a yearly requirement. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. Include price for this requirement or indicate "no charge". The following provisions and clauses apply to this acquisition and are incorporated by reference: FAR 52.203-3, Gratuities FAR 52.203-6, Restrictions on Subcontractor Sales to the Government, ALT I. FAR 52.204-4, Printed or Copied-Double Sided on Recycled Paper FAR 52.204-7, Central Contractor Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.209-7, Information Regarding Responsibility Matters FAR 52.209-8, Updates of Information Regarding Responsibility Matters FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items, ALT I. Offerors shall include with their proposals a completed representations and certifications in the provisions 52.212-3 Alt. I and 252.212-7000. 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 FAR 52.217-8, Option to Extend Services FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-8, Utilization of Small Business Concerns (DEVIATION) FAR 52.219-28, Post-Award Small Business Program Representation 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 52.222-41, Service Contract Act of 1965 FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-44, Fair Labor Standards Act and Service Contract Act Price Adjustment FAR 52.222-50, Combating Trafficking in Persons FAR 52.222-54, Employment Eligibility Verification FAR 52.228-5, Insurance - Work on a Government Installation FAR 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.223-15, Energy Efficiency in Energy-Consuming Products FAR 52.232-33, 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 FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.237-7, Indemnification and Medical Liability Insurance. FAR 52.252-2, Clauses Incorporated by Reference; Fill in: http://farsite.hill.af.mil FAR 52.252-6, Authorized Deviations in Clauses DFAR 252.201-7000, Contracting Officer's Representative DFAR 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. DFAR 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFAR 252.204-7004, Alternate A, Central Contractor Registration. DFAR 252.209-7001, Disclosure of Ownership or Control by the Government of a Terrorist Country DFAR 252.211-7003, Item Identification and Validation; fill-in: none DFAR 252.212-7000, Offeror Representations and Certifications - Commercial Items DFAR 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items DFAR 252.223 - 7001, Hazard Warning Labels DFAR 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFAR 252.225-7001, Buy American Act and Balance of Payments Program DFAR 252.225-7008, Restriction on Acquisition of Specialty Metals DFAR 252.225-7012, Preference for Certain Domestic Commodities DFAR 252.226-7001, Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns DFAR 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFAR 252.232-7010, Levies on Contract Payments DFAR 252.247-7023 ALT. I, Transportation of Supplies by Sea - Alternate I DFAR 252.225-7035, Buy American Act--Free Trade Agreements--Balance of Payments Program Certificate DFAR 252.225-7036, Buy American Act-Free Trade Agreements--Balance of Payments Program DFAR 252.243-7002, Requests for Equitable Adjustment DFAR 252.247-7023, Transportation of Supplies by Sea DFAR 252.247-7024, Notification of Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA36/W90GPG01550001/listing.html)
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs Annville PA
Zip Code: 17003-5003
 
Record
SN02362375-W 20110121/110119234043-a69b4b477ee0fd4be503ec78558bfb09 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.