Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 28, 2013 FBO #4234
MODIFICATION

Q -- Revise Attachment 1 to include updated Service Contract Act Wage Determination, Emergency Medical Technician Ambulance Services Fort Dix NJ

Notice Date
6/26/2013
 
Notice Type
Modification/Amendment
 
NAICS
621910 — Ambulance Services
 
Contracting Office
ACC - New Jersey, Center for Contracting and Commerce, Building 10 Phipps RD, Picatinny Arsenal, NJ 07806-5000
 
ZIP Code
07806-5000
 
Solicitation Number
W15QKN13T5156
 
Response Due
7/8/2013
 
Archive Date
8/25/2013
 
Point of Contact
Claudia Adams, 609 562 4443
 
E-Mail Address
ACC - New Jersey
(claudia.m.adams.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and written solicitation will not be issued. This solicitation is issued as Request for Quotation (RFQ) No. W15QKN-13-T-5156, pursuant to FAR 13.5, Test Program for Certain Commercial Items. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-66. The North American Industry Classification System Code (NAICS) for this acquisition is 621910 with a size standard of $14M. This requirement is 100% set aside to small business. Prospective contractors shall be registered in the SAM database prior to or on date of receipt of quotes. A contractor can locate registration information at www.fsd.gov. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through Wide Area Work Flow. You can register at https://wawf.eb.mil/ BASIS OF AWARD: Award shall be made to a single offeror. Quotes must include prices for each item listed in order that quotes may be properly evaluated. Failure to do this shall be cause for rejection of the entire quote. Award shall be made to that responsible, responsive offeror whose price is lowest, and technically acceptable. FAR 52.212-2 lowest price, technically acceptable, using technical acceptability, past performance and price. Technical acceptability will be determined on the submittals identified in paragraph 1.2.1 and 1.2.2 of the PWS and the quality control plan(QCP), required in paragraph C.1.8.1 of the PWS. An offeror has to be determined technically acceptable in Project Manager qualifications, EMT Certifications and QCP to be deemed technically acceptable and in order to be evaluated for Past Performance and Price. Technical rating are as follows: Acceptable - Proposal clearly meets the minimum requirement of the solicitation. Unacceptable - Proposal does not clearly meet the minimum requirements of the solicitation. Past Performance ratings are as follows: Acceptable - Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown; Unacceptable - Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. As part of price evaluation, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding six (6) months of the offeror's final option period price to the offeror's total price. Offerors are required only to price the base and option periods. Offerors shall not submit a price for the potential six month extension of services period. The government may choose to exercise the Extension of Services at the end of any performance period (base or option periods), utilizing the rates of that performance period. It is the government's intent to evaluate the lowest price offeror only. If the lowest price offeror is not determined technically acceptable, the government will continue to the next offeror. The following provisions and/or clauses apply to this acquisition: FAR/DFARS PROVISIONS: The provisions at 52.212-1, Instructions to Offerors-Commercial Items; Addendum to FAR 52.212-1 which deletes Paragraphs (d), (e), (h), and (i) from FAR 52.212-1; 52.252-1 (http://farsite.hill.af.mil or http://www.arnet.gov/far), 52.212-3, with Alt 1, Offeror Representations and Certifications - Commercial Items, 252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under Any Federal or State Law(DEVIATION 2012-O0007) (MAR 2012),252-212-7000, Offeror Representations and Certifications - Commercial Items apply to this acquisition and are contained at Attachment A. Additionally DFARS provisions 252.203-7005 Representation Relating to Compensation of Former DoD Officials and 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country apply to this acquisition. FAR CLAUSES: The clause at 52.212- 4 applies to this acquisition and the following addendum applies: The following paragraphs are hereby deleted from the FAR Clause 52.212-4: (h) and (n); 52.204-7, 52.217-5, 52.217-8 (insert quote mark prior to contract expiration quote mark at fill-in), 52.217-9 (insert within paragraph a quote mark prior to contract expiration quote mark and quote mark 60 quote mark at fill ins, 52.228-5, 52.245-1,52.245-9,52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including the following sub-clauses; 52.203-6, 52.204-10, 52.209-6, 52.219-6,52.219-8,52.219-9,52.219-14,52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35,52.222-36, 52.222-37, 52.222-40, 52.222-54,52.223-18, 52.225-13, 52.232-33, 52.222-41, 52.222-42 (within the clause insert Ambulance Driver GS 5, $16.01/hour This Statement is for Information Only:It is not a Wage Determination) 52.222-43 apply to this acquisition. Local Clauses 52.233-4000 HQ AMC-Level Protest Program (Oct 2011), 52.232-4004, Army Electronic Invoicing Instructions (NOV 2011), 52.000-4002, Level I, Antiterrorist Awareness Training Requirements for Contractor Employees, (OCT 2010) and 52.228-4000 Required Insurance (OCT 2010) all apply to this acquisition and are contained in Attachment B DFARS CLAUSES: The clauses at 252.201-7000, 252.203-7002, 252.204-7003, 252.204-7000 Alt A, 252.232-7010,252.211-7007, and 252.246-7000 apply to this acquisition along with the following, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, including the following sub-clauses; 52.203-3, 252.203-7000, 252.205-7000, 252.219-7003, 252.225-7012,252.226-7001, 252.232-7003, 252.243-7002, 252.247-7023 Technical Exhibit 1, Government Furnished Equipment, Technical Exhibit 2, Fort Dix Range Map, Technical Exhibit 3, Required Records, Reports, Logs, Technical Exhibit 4, Local Area Maps, Technical Exhibit 5, Vehicle Operator Responsibilities, Technical Exhibit 6, HIPAA Technical 7, Quality Assurance Surveillance Plan and Technical Exhibit 8, Workload Data, are all applicable to this acquisition Quotes must be received by 12:00 P.M. Eastern Standard Time (EST) on 8 July 2013. Offerors shall submit all documentations required by this solicitation to be considered for award. Offerors shall submit project manager qualifications, EMT certifications, Attachment 2, Bid Schedule, shall be used for price quotes and submitted along with a cover letter on company letterhead signed by an individual authorized to sign as an agent of the offeror. Additionally, Attachments A and Attachment C, shall be completed and returned as part of your company's quote. Quotes may be emailed to claudia.m.adams.civ@mail.mil faxed to (609) 562-3625. Attachment 1 includes the performance work statement (PWS) and the applicable Service Contract Act wage determination.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/08cd98a2fd0f2bd401cee63b243b99ad)
 
Place of Performance
Address: TBD TBD TBD NJ
Zip Code: 00000-0000
 
Record
SN03100966-W 20130628/130627000024-08cd98a2fd0f2bd401cee63b243b99ad (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.