Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 12, 2013 FBO #4401
MODIFICATION

Q -- PHA Support services - February 2014 in Portland and Augusta, ME

Notice Date
12/10/2013
 
Notice Type
Modification/Amendment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD-14-T-0002
 
Response Due
12/12/2013
 
Archive Date
2/8/2014
 
Point of Contact
Christopher J. Field, 207-430-5930
 
E-Mail Address
USPFO for Maine
(christopher.j.field.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
10 DEC 2013 - The Government's final response to vendor questions has been posted; no further government responses will be posted prior to proposal due date. As a reminder, proposals are due no later than 12 DEC 2013 at 10:00 AM Eastern Time. AMENDED 9 DEC 2013 - This solicitation Statement of Work (SOW) has been revised to clarify totals per location, hearing test requirements, and government oversight of the event. Offerors must thoroughly review the revised SOW and question and response documents before submitting proposals. AMENDED 13 NOV 2013 - This solicitation is hereby amended to be a total small business set-aside NAICS 621498, size standard $19,000,000. 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This synopsis/solicitation is issued for commercial services in accordance with FAR Part 13-Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-70 effective September 30, 2013. NAICS 621498 small business size standard is $19,000,000.00. This acquisition is a total small business set-aside. The Government's intent to initiate a contract as a result of this solicitation is contingent upon the availability of appropriated funds. No legal liability on the part of the Government for any payment may arise as a result of this solicitation unless contract award is made to a successful offeror. Description of requirement: The Maine Army National Guard (MEARNG) requires Periodic Health Assessments (PHA), to include, pre-event record screening, immunization updating, over 40 exams, phlebotomy, vision screening, behavioral health services, etc. with MEDPROS and DENCLASS systems updating, and Dental screening of Soldiers at Augusta, ME and Portland, ME during the period of 1 and 2 February 2014. See attached Statement of Work for full details of the event. The contractor will be expected to set up and test inside government facilities at least one day before the event from 0900 to 1500 on 31 January 2014, in order to ensure full operations of systems. The Government may inspect facilities to ensure compliance with all applicable laws. (MEDPROS available through the Army Medical Operation Data System [MODS] at www.mods.army.mil.) Performance Standards: In accordance with the Statement(s) of Work, the contractor shall provide all management, labor, material, equipment, certifications and supplies necessary to provide Medical services, dental examinations, and health and dental record updating, MEDPROS and DENCLASS updating. DOEHRS direct computer upload compatible audiology exams and SPRINT testing, MEDPROS entry of all applicable and appropriate IMR/FMR functions including completion of the electronic PHA in the MEDPROS online module during the event by the provider. Soldiers will initiate the EPHA questionnaire prior to event online. The contractor shall set up within the MEARNG facility except for audiology. Separate contractor provided facilities shall be used on site for audiology. Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors--- Commercial, applies to this acquisition. Award will be made on the basis of lowest-price technically acceptable based on principles of FAR Subpart 15.1 as authorized by FAR Part 13, Simplified Acquisition Procedures (SAP). Provision for Evaluation: Award will be made to the responsible contractor (see FAR Part 9) whose quote meets the technical requirements and represents the lowest price. Evaluation will be accomplished in accordance with FAR Subpart 13.106-2 and be conducted on a lowest price technically acceptable (LPTA) selection process. Technical Evaluation: Offerors must demonstrate the technical capability to meet all contract requirements within their quotes to include: -Citation of experience at a minimum of three (3) similar events, either as the prime or major subcontractor, or identification of key personnel that have past experience in similar events; citations should be provided in priority of most recent services rendered to the MEARNG; *If the offeror has not previously performed similar contract services for the MEARNG, the offeror shall provide references for similar services performed, to include contract number (if Federal), and point of contact information -A technical narrative describing how the tasks will be completed in the timeframe allotted including a listing of the types and numbers of laborers that will be utilized, and a description of the facilities and special equipment to be utilized -The ability to access and update MODS programs -Proof of appropriate licenses to perform services in the State of Maine The MEARNG will not have the capability to sponsor access to these programs in advance of the event, requiring the offeror to have gained access to, and have familiarity with these programs. Price Evaluation: As low price represents an important factor in the evaluation process, offerors' quotes should include the best terms from a pricing standpoint. The Government intends to make award without discussions. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government intends to make a single, Firm-Fixed Price award. Contract Line Item Numbers (CLINs): 0001, PHA event, Augusta, ME. (Firm-Fixed Price) Contractor shall provide all management, labor, materials, equipment, certifications and supplies necessary to perform all required medical evaluation tasks identified the Statement of Work in accordance with Army Regulations and the Statement of Work, and all post event reporting. Provide for audiology in a contractor provided mobile facility. 0002, PHA event, Portland, ME. (Firm-Fixed Price) Contractor shall provide all management, labor, materials, equipment, certifications and supplies necessary to perform all required medical evaluation tasks identified the Statement of Work in accordance with Army Regulations and the Statement of Work, and all post event reporting. Provide for audiology in a contractor provided mobile facility. 0003, Army Contractor Manpower Reporting Requirement (yearly requirement). See individual Line Item SOW. Include price for this reporting requirement (see requirement below) or indicate quote mark No Charge quote mark. Note: Final CLIN structure on the resulting contract may vary at the contracting officer's discretion. quote mark The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ARMY via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil. quote mark The following clauses and provisions apply to this acquisition: FAR 52.204-7, System for Award Management; FAR 52.204-9 Personal Identity Verification of Contractor Personnel; FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the following applicable clauses in paragraph (b): FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-5, Pollution Prevention and Right to Know Information; FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965, as Amended; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 52.232-99 -- Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); FAR 52.237-7, Indemnification and Medical Liability Insurance (*At least the minimum amounts required in the State of Maine); FAR 52.246-4, Inspection of Services -- Fixed-Price; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). (This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text); FAR 52.252-5 Authorized Deviations in Provisions; DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; DFARS 252.204-7004 Alternate A, System for Award Management; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alternate III; DFARS 252.232-7010 Levies on Contract Payments; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; DFARS 252.247-7024 Notification of Transportation of Supplies by Sea Note: The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil. Notice: Contractor performance may be evaluated in accordance with policy at FAR 42.1502. Note: Contractor will be required to utilize Wide Area Workflow (WAWF) for electronic submission of payment requests (https://wawf.eb.mil/) Notice for Service Contract Act: Applicable SCA Wage Determination--Wage Determination No.: 2005-2241 rev 14 dated 6/19/2013 (see attached labeled WD) See www.wdol.gov Submittal requirements: Offerors shall submit proposals including information required by the applicable provisions which outline the following: 1. Pricing for each Priced CLIN (0001 and 0002) (submitted separately from technical proposal); 2. Information required by Provision for Evaluation 3. Proposals must also include completed representations and certifications in the provision 52.212-3 Alt. I. If the offeror has completed 52.212-3 Alt I in ORCA, include the appropriate certification. Complete the following and submit with proposal: FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I-If you have completed in SAM.gov no action required. If not on SAM.gov you need to submit a completed copy. Proposals are due 12 DEC 2013 at 10:00 AM Eastern. Oral quotations will not be accepted. Email offers to christopher.j.field.mil@mail.mil. Any questions shall be addressed in writing no later than 72 hours prior to receipt date and time via email to christopher.j.field.mil@mail.mil. Points of Contact for this acquisition: Primary: SFC Christopher Field, 207-430-5930, christopher.j.field.mil@mail.mil Secondary: MSG Robert Rowland, 207-430-5598, robert.s.rowland.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17/W912JD-14-T-0002/listing.html)
 
Record
SN03248840-W 20131212/131210234147-677b22c842d68a776dea2b1a372722c2 (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.