Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 03, 2012 FBO #3997
SOLICITATION NOTICE

Q -- Occupational Health Technician - Performance Work Statement

Notice Date
11/1/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of the Air Force, Air Combat Command, 325 CONS, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB,, Florida, 32403-5526, United States
 
ZIP Code
32403-5526
 
Solicitation Number
F4A4002180A002
 
Archive Date
11/27/2012
 
Point of Contact
Kyle Paul Lauricella, Phone: 850-283-9625, Andre D, Bonifacio, Phone: 8502834237
 
E-Mail Address
Kyle.Lauricella@Tyndall.af.mil, andre.bonifacio@tyndall.af.mil
(Kyle.Lauricella@Tyndall.af.mil, andre.bonifacio@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Occupational Health Technician Performance Work Statement This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/quotes are being requested and a written solicitation will not be issued. The solicitation reference number is F4A4002180A002 and is issued as a Request for Quotes (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-61. This acquisition will be 100% total SMALL BUSINESS SET-ASIDE; the North American Industry Classification System (NAICS) code is 622110. The business size standard is $35,500,000.00. The following solicitation is for Occupational Health Technician services. The award resulting from this RFQ will be for a period of (1) year. Contract Line Item Numbers (CLINS): 0001: Occupational Health Technician services in accordance with the attached performance work statement (PWS). The projected period of performance is for 5 Dec 2012 - 4 Dec 2013 Quantity: 1920 Units: Hours Unit Price: Amount: *Services will be performed at Tyndall AFB, FL 32403. Per FAR 52.212-2, The Government will 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. The following factors shall be used to evaluate offers: Price and Past Performance. Past performance being more important than price. Offerers must provide 2-3 past performance references, limited to one page per response. Information submitted should contain at least the following for each contract/reference: I) Contract number, contract type, (i.e., Fixed Price, Cost Plus Incentive, etc.), indicating whether a government or commercial contract, and dollar amount. Include a summary description of any subcontractor and the scope of involvement. II) The Contracting Agency, including name, telephone number and/or e- mail address of the contract administrator, buyer, or Contracting Officer. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The following FAR/DFARS/AFFARS provisions/clauses apply to this acquisition: 52.204-10 - Reporting Executive Compensation and First Tier Subcontract Awards 52.204-99 (Dev)- System for Award Management Registration (Deviation) 52.209-6 - Protecting the Governments Interest 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 52.212-4 - Contract Terms and Conditions - Commercial Items 52.212-5(Dev) - Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items 52.219-1 Alt I - Small Business Program Representations 52.219-6 - Notice of Total Small Business Set-Aside 52.219-28 - Post-Award Small Business Program Rerepresentation 52.222-3 - Convict Labor 52.222-19 - Child Labor - Cooperation with Authorities and Remedies 52.222-21 - Prohibition of Segregated Facilities 52.222-22 - Previous Contracts and Compliance Reports 52.222-26 - Equal Opportunity 52.222-36 - Affirmative Action for Workers with Disabilities 52.222-41 - Service Contract Act of 1965 52.222-42 - Statement of Equivalent Rates for Federal Hires 52.222-50 - Combating Trafficking in Persons 52.223-18 - Contractor Policy to Ban Text Messaging While Driving 52.233-3 - Protest after Award 52.233-4 - Applicable Law for Breach of Contract Claim 52.237-2 - Protection of Government Buildings, Equipment, and Vegetation 52.252-1 - Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil) 52.252-2 - Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 - Authorized Deviations in Clauses 252.203-7000 - Requirements relating to the compensation of former DoD Officials 252.203-7002 - Requirement to inform employees of Whistleblower Rights. 252.212-7001(Dev) - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 Wide Area Work Flow Payment Instructions 252.232-7010 - Levies on Contract Payments 252.245-7002 - Reporting Loss of Government Property 5352.242-9000- Contractor Access to Air Force Installations 5352.242-9001 - Health and Safety on Government Installations 5352.201-9101 - Ombudsman Offerors shall be registered with SAM (System for Award Management. http://www.sam.gov <http://www.sam.gov> ) which is the successor of the Online Representation and Certification Application (ORCA) and the Central Contracting Registration (CCR). For offerors previously registered in the former systems, their information and documents should be updated on the SAM network. However, it is up to the vendor to register and verify their information. *All invoicing resulting from this award will submitted electronically through Wide Area Work Flow. 52.217-8 - Option to Extend Services 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 15 calendar days prior to contract expiration. (End of clause) Interested parties must include, with their quote, their CAGE code, and tax identification number (TIN). Please send quotes to SSgt Kyle P. Lauricella (850-283-8623) at kyle.lauricella@tyndall.af.mil NO LATER THAN 12 November 2012, 12:00 PM CST. Anticipated award date is shortly after receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e08f205dbd09b6740d50290cb349cc2f)
 
Place of Performance
Address: 325 MDG, Tyndal AFB, Florida, 32403, United States
Zip Code: 32403
 
Record
SN02922688-W 20121103/121101234258-e08f205dbd09b6740d50290cb349cc2f (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.