Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2011 FBO #3487
SOLICITATION NOTICE

Q -- MULTIDISCIPLINE PERSONAL AND NON-PERSONAL HEALTHCARE SERVICES

Notice Date
6/10/2011
 
Notice Type
Presolicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-11-R-AA5371
 
Archive Date
8/17/2011
 
Point of Contact
Maria L Negron, Phone: 757-628-4113, Jeanie S Thorne, Phone: 757-628-4109
 
E-Mail Address
Maria.L.Negron@uscg.mil, jeanie.s.thorne@uscg.mil
(Maria.L.Negron@uscg.mil, jeanie.s.thorne@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard (USCG) Shore Infrastructure Logistics Center (SILC), Norfolk, VA is procuring MULTIDISCIPLINE PERSONAL AND NON-PERSONAL HEALTHCARE SERVICES to be provided at COAST GUARD CLINICS THROUGHOUT the UNITED STATES and PUERTO RICO in NORTH, SOUTH, and WEST REGIONS as required by the USCG Health Safety Work-Life Service Center (HSWL SC), Norfolk, VA, in support of the local active duty, retired military personnel and their dependents, or others that are eligible for direct medical care as mandated by Title 10 USC, 1074(a). The Healthcare Service requirements include the following healthcare related positions: Athletic Trainers, Dental Assistants, Dental Hygienists, General Dentists, General Physicians, Certified Medical Assistant Medical Assistants, Medical Laboratory Technician, Mid-Level Providers (Physician Assistants/Family Nurse Practitioners), Optometrists, Oral Surgeons, Paramedics, Pharmacists, Pharmacy Technicians, Physical Therapists, Psychiatric Social Workers, Psychiatrists, Psychologists, and Registered Nurses. The Coast Guard Clinics are categorized into the following three regions: WEST, SOUTH, and NORTH: North Region (13): Atlantic City, NJ; Baltimore, MD; Boston, MA; Cape Cod, MA; Cape May, NJ; Cleveland, OH; Elizabeth City, NC; New London, CT; Portsmouth, VA; Selfridge (Detroit), MI; Staten Island, NY; Washington, DC; and Yorktown, VA. South Region (10): Borinquen, PR; Clearwater, FL; Galveston, TX; Key West, FL; Miami Beach, FL; Mobile, AL; New Orleans, LA; Opa Locka, FL; San Juan, PR; and St. Petersburg, FL. West Region (15): Alameda, CA; Honolulu, HI; Humboldt Bay, CA; Juneau, AK; Ketchikan, AK; Kodiak, AK; Los Angeles, CA; North Bend, OR; Port Angeles, WA; Petaluma, CA; San Diego, CA; San Pedro, CA; Seattle, WA; Sitka, AK; and Warrenton (Astoria), OR. One solicitation will be issued to cover the required services nationwide. Offerors may propose on one region, two regions, or all three regions in any combination; however, each region will have only one Contractor providing services. As a result, the Government reserves the right to make one award for all three regions (North, South, and West) or separate awards for each region in any combination; if, after considering the additional administrative costs, it is in the Government's best interest to do so. This requirement is Set-Aside 100% for SMALL BUSINESSES firms pursuant to the Small Business Act and FAR Part 19.5. The solicitation will be competed among ALL SMALL BUSINESSES. The applicable North American Industry Classification System (NAICS) Code is 621111 for Offices of Physicians (except Mental Health Specialists) with a Size Standard of $10.0M. The secondary NAICS Code is 621399 for Offices of All Other Miscellaneous Health Practitioners with a size standard of $7.0M. For the calculation of annual receipts and number of employees see parts 121.104 and 121.106 in SBA's Small Business Size Regulations, http://www.sba.gov/regulations/121/. Since this is a 100% Small Business Set-Aside, the requirement for limitations on subcontracting at FAR 19.508(e) is applicable and will be included in the solicitation under FAR Clause 52.219-14, Limitations on Subcontracting. This clause requires the successful offeror to perform the contract with at least 50% of the cost of personnel with their own employees. The solicitation will be issued utilizing the policies and procedures contained in FAR Part 12, Acquisition of Commercial Items, and the procedures in FAR Part 15, Contracting by Negotiations (FAR Part 15.101-1, trade-off process). A Firm-Fixed Price (FFP) Services type contract will be awarded for a Base Year period of performance beginning 01 OCTOBER 2011 through 30 SEPTEMBER 2012, with FOUR one-year option periods, if exercised by the Government, for total contract duration not to exceed five (5) years/60 months. Award will be made to the responsible contractor who provides the best value to the Government. The solicitation, REQUEST FOR PROPOSAL (RFP) HSCG84-11-R-AA5371, will be issued on or before 15 JUNE 2011 with a closing date of receipt of proposals on or before 2 AUGUST 2011. The RFP will be posted on the Governmentwide Point of Entry (GPE), FEDBIZOPPS, which may be accessed via the Internet at www.fedbizopps.gov or https://www.fbo.gov. No paper copies of the solicitation and/or amendments will be distributed. It is the potential offeror's responsibility to monitor this avenue (FEDBIZOPPS) for release of the solicitation and any subsequent amendments. The contractor shall, except as specified in the solicitation as Government-Furnished Items, furnish all labor necessary to perform the service requirements listed herein. The positions are both full time and part time positions and there may be more than one position at the same location. The contractor shall furnish these services in compliance with all local, state, and Federal laws and in a manner that provides superior customer service in accordance with all the terms and conditions specified in the solicitation. The Service Contract Act of 1965 as amended applies to this requirement. All applicable Department of Labor Wage Determinations will be included in the solicitation. Wage Determinations can also be obtained from www.wdol.gov. The contractor shall vet all individuals as follows to work at the facilities: Contract healthcare personnel must have a completed/adjudicated National Agency Check with Local Agency Checks and Credit Check (NACLC) Background Investigation (BI) in accordance with Homeland Security Presidential Directive 12 (HSPD-12) for National Security reasons. SITE VISITS will not be conducted. Interested parties must be registered in the Central Contractor Registration (CCR) as prescribed in FAR Clause 52.232-33. CCR can be obtained by accessing the Internet at www.ccr.gov or by calling 866-606-8220. Any questions regarding this synopsis, please submit via email to the Contract Specialist, Maria L. Negron at: Maria.L.Negron@uscg.mil. CURRENT CONTRACT INFORMATION: The Shore Infrastructure Logistics Center (SILC) is currently in the last option year of each of the ten-year contracts with RGB and Godwin, the nine-year contract with CAJV, and the five-year contract with Netsis. This acquisition will allow the Coast Guard to continue providing services once these four contracts expire on 30 September 2011. Therefore, this is a follow-on procurement for the following contracts: DTCG84-01-D-AAM077 - RGB Incorporated DTCG84-01-D-AAM089 - Godwin Corporation DTCG89-03-D-6KB200 - Columbia Healthcare-Arora Group Joint Venture (CAJV) HSCG89-07-C-6KC100 - Netsis Corporation The contracts with RGB and Godwin were previously solicited and awarded as a multiple award Indefinite Delivery Indefinite Quantity (IDIQ) contract with Firm Fixed Price (FFP) Task Orders. The requirement was issued as a 100% small business set aside. The services under these two contracts cover all regions east of the Rocky Mountains including Puerto Rico. The period of performance is 1 October 2001 through 30 September 2011, which includes a base year, four one-year option periods, and five award-term years. The awarded contract ceiling for RGB and Godwin is $67.5M each. The total Multiple Award Task Order Contract (MATOC) ceiling is $135M. The task orders to date total for RGB is approximately $45,875,452.51. The task orders to date total for Godwin is approximately $36,216,240.43. The aggregate for all task orders awarded is approximately $82M. The contract with Columbia Healthcare-Arora Group Joint Venture was previously solicited and awarded as a 100% small business set aside IDIQ contract with FFP Task Orders. The services under this contract cover all regions west of the Rocky Mountains including Alaska and Hawaii. The period of performance under this contract is 1 October 2002 through 30 September 2011 which includes a base year, four one-year option periods, and four award-term years. The ceiling amount of the CAJV contract is $56M. The task orders to date total is approximately $44,809,317.47. The fourth contract with Netsis Corporation. The area of services covered only four (4) positions in Juneau, Ketchikan, Port Angeles, and Honolulu. This was awarded as a Firm Fixed Price (FFP) contract with a base period plus four one-year option periods. The period of performance for the Netsis contract is 1 April 2007 through 30 September 2011. The award value is $1,347,290.00.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-11-R-AA5371/listing.html)
 
Place of Performance
Address: COAST GUARD CLINICS THROUGHOUT THE UNITED STATES AND PUERTO RICO IN NORTH, SOUTH, AND WEST REGIONS., United States
 
Record
SN02469652-W 20110612/110610235000-ffb001ff838cb41e8c3f22d60bbdda91 (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.