Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOLICITATION NOTICE

U -- ANNUAL PROGRAM ACCREDITATION FEE - WORD FILE OF SYNOPSIS

Notice Date
2/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611710 — Educational Support Services
 
Contracting Office
Other Defense Agencies, TRICARE Management Activity, USUHS CONTRACTING OFFICE, 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HT940423595
 
Point of Contact
Christina Johnson, Phone: 3012953069, Zamora Olin, Phone: 301-295-3922
 
E-Mail Address
cjohnson@usuhs.mil, Zamora.Olin@usuhs.mil
(cjohnson@usuhs.mil, Zamora.Olin@usuhs.mil)
 
Small Business Set-Aside
N/A
 
Description
A copy of the synopsis. This requirement is a sole source. The Uniformed Services University of the Health Sciences (USUHS), located on the Naval Support Activity (NSA) in Bethesda, MD, intends to negotiate on a sole source basis a firmed-fixed price contract with the Accreditation Council for Graduate Medical Education (ACGME), Chicago, IL for the accreditation of the 53 existing medical residency programs at the University for the 2011-2012 academic year. The statutory authority permitting this award without providing for full and open competition is 10 U.S.C. 2304(c)(1), as cited in FAR 6.302-1(a) which authorizes USUHS to award contracts when there is only one responsible source and no other supplies or services will satisfy agency requirements. The Accreditation Council for Graduate Medical Education (ACGME) is the sole accrediting authority for post-MD medical training programs that is recognized by the federal government. ACGME also serves as the sole accreditation council for USUHS's Graduate Medical Education. Membership with ACGME allows the University to continue to teach and improve healthcare by assessing and advancing the quality of USUHS's resident physicians' education through accreditation. In this case, these courses were accredited last year, and this requirement will cover the fees associated with their re-accreditation this year. All responsible sources may submit an offer which will be considered by the Government. Responsible sources interested in responding to this requirement must be able to provide the corporate experience and past performance that they can ensure the accreditation of 53 residency programs as set forth in the synopsis. This is a combined synopsis/solicitation for a 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; offers are being requested and a written solicitation will not be issued. The solicitation number is HT940423595, and it is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-55, effective 3 JAN 2012. NAICS code 611710, Educational Support Services applies. This is a firm-fixed price requirement. The period of performance is for the 2011-2012 academic year. Price: The contractor should provide pricing as set up below: Contract Line Number (CLIN), description, and unit of issue. CLIN 0001 Annual Program Accreditation Fee 1 YR tiny_mce_marker________ The National Capital Consortium Department at the Uniformed Services University of the Health Sciences (USUHS) requires a responsible source that will evaluate and accredits their residency programs. Below is the listing of each medical specialty requiring accreditation: Program Specialty 0201011087 Allergy and Immunology 0401021190 Anesthesiology 0451021042 Critical Care Medicine 0801021123 Dermatology 1002312092 Dermatopathology 1205112012 Family Medicine 1275121037 Sports Medicine 1402311013 Internal Medicine 1412314299 Cardiovascular Disease 1422321169 Critical Care Medicine 1432311126 Endocrinology, Diabetes and Metabolism 1442311156 Gastroenterology 1462313216 Infectious Disease 1482321201 Nephrology 1502312163 Rheumatology 1552321088 Hematology and Oncology 1562312154 Pulmonary Disease and Critical Care Medicine 1601021118 Neurological Surgery 1801021144 Neurology 1851011010 Child Neurology 1871031024 Clinical Neurophysiology 1871031028 Clinical Neurophysiology 2001012002 Nuclear Medicine 2201021354 Obstetrics and Gynecology 2401012004 Ophthalmology 2602321183 Orthopedic Surgery 2631021056 Hand Surgery 2801031132 Otolaryngology 3001021416 Pathology-Anatomic and Clinical 3101032001 Forensic Pathology 3201021401 Pediatrics 3261011041 Pediatric Endocrinology 3271021044 Pediatric Hematology and Oncology 3291011090 Neonatal-Perinatal Medicine 3321021010 Pediatric Gastroenterology 3351031014 Pediatric Infectious Diseases 3401021074 Physical Medicine and Rehabilitation 3801021002 Preventive Medicine 3802321044 Preventive Medicine 3802377073 Preventive Medicine 4001021287 Psychiatry 4051012002 Child and Adolescent Psychiatry 4061021006 Forensic Psychiatry 4071021062 Geriatric Psychiatry 4091031048 Psychosomatic Medicine 4201021247 Radiology-Diagnostic 4301021113 Radiation Oncology 4401011007 Surgery 4501011022 Vascular Surgery 4801021004 Urology 5202314128 Sleep Medicine 5301004101 Pain Medicine 9991000024 Transitional Year BASIS FOR AWARD: A determination by the government not to compete this proposed contract action based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. PROVISIONS AND CLAUSES The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government; 52.204-7 Central Contractor Registration; 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluation-Commercial Items; 52.212-3 Alt I Offeror Representations and Certifications - Commercial Items (Offerors are advised to include a completed copy of this provision with their quote or a statement stating that it is available via the ORCA website, http://orca.bpn.gov.); 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; 252.204-7004 Required Central Contractor Registration. Alternate A; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Application to Defense Acquisition of Commercial Items; 252.225-7000 Buy American Act--Balance of Payments Program Certificate; 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.arnet.gov/far To be eligible for contract award, all contractors must be registered in the Central Contractors Register (CCR), http://www.ccr.gov, and be registered with the Online Representations and Certifications Application (ORCA), http://orca.bpn.gov. For instructions on registering, please visit the individual web sites. Responsible sources shall provide the following: 1. Price quote which identifies the requested item(s) 2. Total price 3. Address corporate experience and past performance. It is essential for the offerors to provide sufficient documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the offer as meeting technical acceptability. 4. Prompt Payment Terms 5. Remittance address, Tax Identification Number, DUNS number and Cage Code Direct any questions or inquiries in writing by February 9, 2012 to Christina Johnson, Contract Specialist, via e-mail: cjohnson@usuhs.mil, ATTN: HT940423595. Responses to this solicitation are due February 17, 2012 at 12:00 p.m. eastern local time. Responses must be submitted electronically, via email, to contractingdivision@usuhs.mil, referencing document number HT940423595.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/d1aa2fe91f32f09b6aee5194986b09f7)
 
Place of Performance
Address: Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN02666212-W 20120204/120202234634-d1aa2fe91f32f09b6aee5194986b09f7 (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.