Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
SOLICITATION NOTICE

Q -- Nurse Triage/Tele-Health Services - PWS - RFQ

Notice Date
7/9/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M4X13162A001
 
Archive Date
8/2/2013
 
Point of Contact
Bryan Coppage, Phone: 8439633327, Brandon K. Kido, Phone: 8439635162
 
E-Mail Address
bryan.coppage@us.af.mil, brandon.kido.2@us.af.mil
(bryan.coppage@us.af.mil, brandon.kido.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ PWS COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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. FAR 13.5 applies. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M4X13162A001 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-68, effective 26 June 2013. (iv) This acquisition is 100% set-aside for small businesses. The associated NAICS code is 621399 with a $7.0 million size standard. (v) Contractors shall submit, by filling out and returning the attached RFQ, a proposal for Nurse Triage/Tele-Health Services. See response address, closing date and time in paragraph (xv) below. All responsible sources may submit a proposal, which shall be considered. (vi) Requirement Description: Nurse Triage/Tele-Health Services for Joint Base Charleston-Air, (formerly Charleston Air Force Base), South Carolina in accordance with the attached Performance Work Statement. (vii) Performance period is 1 September 2013 through 31 January 2014. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil): FAR 52.212-1, Instructions to Offerors-Commercial; (ix); FAR 52.212-2 Evaluation-Commercial Items. The Government will award a contract to the responsible offeror whose offer conforming to this solicitation will be most advantageous to the government, price and other factors considered. The following factors (in descending order of importance) shall be used to evaluate offers: 1. Past Performance. 2. Price. Past Performance is significantly more important than price. If the lowest priced responsible offeror is judged to have an exceptional Past Performance risk rating, then that offer shall represent the best value for the Government and the evaluation process may stop at that point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide at least 2 but not more than 5 references from most relevant and recent contracts, including points of contact; (x) Contractors shall include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. (Or complete electronic annual representations and certifications at http//orca.bpn.gov); (xi) FAR 52.212-4 Contract Terms and Conditions - Commercial Items.; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; (mandatory clauses; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies. Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. • FAR 52.219-14, Limitations on Subcontracting. • FAR 52.219-28, Post Award Small Business Representation. • FAR 52.222-41 Service Contract Act of 1965 and Wage Determination # 2005-2473 (Rev. 15). • FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. Employee Class: 12312 - Registered Nurse II - GS 09 Monetary Wage: $19.92 / Fringe Benefits: 36.25% FAR 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases (>$2,500) • FAR 52.223-15, Energy Efficiency in Energy-Consuming Products. • FAR 52.253-1 -Computer Generated Forms. • DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate. • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.225-7012 and 252.225-7031. • DFARS 252.232-7003, Electronic Submission of Payment Requests. • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101 OMBUDSMAN (APR 2010) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM or AFISRA ombudsmen, Gregory O'Neal, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, email: gregory.oneal@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (xiv) Defense Priorities and Allocation System: N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 18 July 2013 no later than 1:00 PM EDT. Requests should be marked with solicitation number F1M4X13162A001. (xvi) Address questions to TSgt Bryan Coppage, Contract Specialist, at (843) 963-3327, fax (843) 963-5183, email Bryan.Coppage@us.af.mil, 2Lt Brandon Kido, Contract Specialist, at (843) 963-5162, email Brandon.Kido.2@us.af.mil or Rob Melton, Contracting Officer, Phone (843) 963-5157, email robert.melton.6@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php Also see http://www.sba.gov Uploaded separately to FBO.gov: 1. PWS 2. RFQ
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/F1M4X13162A001/listing.html)
 
Place of Performance
Address: 204 W. Hill Blvd., JB Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN03110862-W 20130711/130709235009-29f88e62476c9c4275acd8229acba982 (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.