Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
MODIFICATION

Q -- Missouri Army National Guard Dental Treatment Event to be held at 24 Davis Street, Jefferson Barracks, MO 63125 on 6-7 September 2014

Notice Date
7/23/2014
 
Notice Type
Modification/Amendment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
USPFO for Missouri, 7101 Military Circle, Jefferson City, MO 65101-1200
 
ZIP Code
65101-1200
 
Solicitation Number
W912NS-14-T-7019
 
Response Due
8/1/2014
 
Archive Date
9/21/2014
 
Point of Contact
Joseph Paul Caldwell, 573-638-9847
 
E-Mail Address
USPFO for Missouri
(joseph.p.caldwell.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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 is a combined synopsis/solicitation for services at a Dental Evaluation and Treatment Event. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is being issued as a Request for Proposal (RFP). The NAICS code is 621111 and the small business size standard is $10,000,000. This acquisition is UNRESTRICTED. It is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. You will not be eligible to receive an award if you are not in the System for Award Management database. Scope/Deliverables. See attached PWS. Contract Line Item Numbers (CLINs): 001, Dental Evaluation Event. (Firm-Fixed Price) Contractor shall provide all management, labor, materials, equipment, certifications and supplies necessary to perform all required dental evaluation and testing tasks identified in PWS, Exhibit 3. 002, Dental Treatment. (Firm-Fixed Price) Contractor shall provide all management, labor, materials, equipment, supplies necessary to complete hours of dental treatment in accordance with approved treatment plans in order to bring Class 3 to Class 2 in accordance with the PWS, Exhibit 3. Performance Standards: In accordance with the Performance Work Statement (PWS), 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 E-PHA questionnaire prior to event online. The contractor shall set up within the MOARNG facility except for audiology. Separate contractor provided facilities shall be used on site for audiology (to include SPRINT if required). 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 price and other factors in accordance with FAR 13.106-1, including technical acceptability. Evaluation Criteria. Award will be made to the responsible contractor (see FAR Part 9) whose quote or offer meets the technical requirements and represents the best value on an quote mark all or nothing quote mark basis. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award in no particular order: Price; Technical acceptability. In order to be deemed technically acceptable, the contractor must provide evidence of understanding of the requirement through either a written proposal that addresses PWS requirements or through demonstrated Past Performance on recent and relevant contracts with same or similar scope. The offeror shall provide references for similar services performed, to include contract number (if Federal), and point of contact information. Include quote mark Disclosure of Included Dental Treatment Services quote mark Evaluation will be in accordance with FAR Subpart 13.106-2 and utilize trade off of price for performance at the Contracting Officer's discretion. The offeror must demonstrate in the response the capability to meet all contract requirements through past experience at similar events, either as the prime or major subcontractor, or by identification of key personnel that have past experience in similar events. The Contractor shall prepare 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 offeror must also demonstrate the ability to access and update MODS programs. The Missouri National Guard will not be able 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. The Government intends to evaluate quotes/offers and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quote/offer should contain the offeror's best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your quote/offer. 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. Any response to this synopsis/solicitation will be considered a quote mark quotation quote mark. quote mark Offer quote mark means a response to a solicitation that, if accepted, would bind the offeror to perform the resultant contract. Responses to invitations for bids (sealed bidding) are offers called quote mark bids quote mark or quote mark sealed bids quote mark ; responses to requests for proposals (negotiation) are offers called quote mark proposals quote mark ; however, responses to requests for quotations (simplified acquisition) are quote mark quotations, quote mark not offers. Additionally the following FAR Clauses and Provisions apply to this acquisition: 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.212-1 Instructions to Offerors--Commercial Items; 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; 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, with the following applicable clauses in paragraph (b): 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons; 52.223-5 Pollution Prevention and Right to Know Information; 52.223-18 Encouraging 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; 52.222-41 Service Contract Act of 1965, as Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payment to Small Business Subcontractors; FAR 52.237-7 Indemnification and Medical Liability Insurance (*At least the minimum amounts required in the State of Missouri); 52.246-4, Inspection of Services -- Fixed-Price; 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); 52.252-5 Authorized Deviations in Provisions; Applicable DFARS Clauses and Provisions included: 252.201-7000 Contracting Officer's Representative; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.203-7005 Representation Relating to Compensation of Former DoD Officials; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7003, Agency Office of the Inspector General; 252.204-7011 Alternative Line Item Structure; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.223-7008 Prohibition of Hexavalent Chromium; 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.244-7000 Subcontracts for Commercial Items; 252.247-7023 ALT III, Transportation of Supplies by Sea-Alternate III 252.232-7010 Levies on Contract Payments; 252.232-7006 Wide Area Workflow Payment Instructions; 252.247-7024 Notification of Transportation of Supplies by Sea Payment Terms. WAWF will be the mandatory payment vehicle for this acquisition; electronic funds transfer to banking information registered with SAM/Cage Code. The Missouri USPFO is live on WAWF as of 1 February 2013; submission will be quote mark INVOICE ONLY quote mark not combo or 2 in 1. WAWF registration and online invoicing is now required. Standard payment terms are Net 30 unless a discount is offered. Every effort will be made to expedite payment to small businesses. FAR Part 32.1110 - Solicitation Provision and Contract Clauses, FAR Clause 52.232-33 - Payment by Electronic Funds Transfer - System for Award Management. Delivery Terms/Place of Performance. Place of performance will be 24 Davis Street, Jefferson Barracks, MO 63125 on 6-7 September 2014. Contractor Manpower Reporting. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil or https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (2) Contract number, including task and delivery order number (3) Beginning and ending dates covered by reporting period (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data (5) Estimated direct labor hours (including sub-contractors) (6) Estimated direct labor dollars paid this reporting period (including sub-contractors) (7) Total payments (including sub-contractors) (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each Sub-contractor if different) FSC CODE IS Q403 (9) Estimated data collection cost (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information)[W8ZEAA OR 8ZEAA] (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) (12) Presence of deployment or contingency contract language (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Complete this requirement within 30 days from the end of the service or end of each option year. U.S. Dept of Labor Wage Determinations apply to this contract and can be downloaded at www.wdol.gov. The wage determination for this action is WD 05-2310 (Rev.-14) first posted on www.wdol.gov on 06/25/2013. COR. Not required, under 150K. Submission. Offerors shall submit their quote on letterhead stationery, provide unit prices with a grand total, CAGE Code, business size and designations, and the contractor must remit a completed copy of the Offeror Representations and Certifications - Commercial Items (FAR Clause 52.212-3). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. Part (b) states: 1)Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. 2)The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. The government will not accept incomplete proposals/quotations. Offers will be evaluated on technical acceptability and price for the overall best value. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. If an offer cannot comply with every requirement, that offer will not be technically acceptable, and therefore will not be considered. Once an offer has been determined to be technically acceptable, and in compliance with all directions in this solicitation, the Government will award to the offeror with the best overall value. Notice for Service Contract Act: Applicable SCA Wage Determination--Wage Determination No.: 2005-2115 rev 13 dated 6/19/2013 See www.wdol.gov Statement of Equivalent Rates for Federal Hires: GS-0600 - MEDICAL, HOSPITAL, DENTAL, AND PUBLIC HEALTH GROUP; GS-06 through GS-11 Disclosure of Included Dental Treatment Services TREATMENTIncluded Y/N ( quote mark N quote mark w/ comment Restorative ServicesXXXXXXXXXXXXXX D2140 Amalgam One Surface D2150 Amalgam Two Surfaces D2160 Amalgam Three Surfaces D2161 Amalgam-Four or More Surfaces D2330 Composite One Surface D2331 Composite Two Surfaces D 2332 Composite Three Surfaces D2335 Composite Four or More Surfaces D2391 Composite One Surface D2392 Composite Two Surfaces D2393 Composite Three Surfaces D2394 Composite Four or More Surfaces D2799 Provisional Crown D2931 Prefabricated Stainless Steel Crown D2950 Core Buildup, including any pins D2954 Prefabricated Post and Core Endodontic ServicesXXXXXXXXXXXXXX D3310 Anterior Root Canal Therapy D3320 Bicuspid Root Canal Therapy D3330 Molar Root Canal Therapy D3346 Anterior Root Canal Retreatment D3347 Bicuspid Root Canal Retreatment D3348 Molar Root Canal Retreatment Periodontal ServicesXXXXXXXXXXXXXX D4355 Full Mouth Debridement D4342Periodontal Scaling and Root Planing, 1 to 3 teeth per quadrant Prosthodontic Services XXXXXXXXXXXXXX D5110 Complete Denture-Maxillary D5120 Complete Denture-Mandibular D5211 Maxillary Partial Denture-Resin Base D5212 Mandibular Partial Denture-Resin Base Oral Surgery ServicesXXXXXXXXXXXXXX D7140 Extraction, Erupted Tooth or Exposed Root D7210 Surgical Removal of Erupted Tooth D7220 Removal of Impacted Tooth, Soft Tissue D7230 Removal of Impacted Tooth, Partial Bony D7240 Removal of Impacted Tooth, Completely Bony Orthodontic ServicesXXXXXXXXXXXXXX D8680 Orthodontic Retention Response. The full text of a clause may be accessed electronically at http://farsite.hill.af.mil/. Offers must be received NLT 1700 CST 1AUG14. Quotes can be emailed to joseph.p.caldwell.mil@mail.mil. Offers received after this date and time will be considered as late submissions in accordance with FAR Clause 52.212-1(f) - Instructions to Offerors - Commercial Items, and will not be evaluated or considered. Please refer any questions to the above at joseph.p.caldwell.mil@mail.mil. Contracting Office Address: 7101 Military Circle Jefferson City, Missouri 65101 United States Primary Point of Contact: CPT Paul Caldwell joseph.p.caldwell.mil@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA23/W912NS-14-T-7019/listing.html)
 
Place of Performance
Address: USPFO for Missouri 24 Davis Street Jefferson Barracks MO
Zip Code: 63125
 
Record
SN03434678-W 20140725/140723235145-b907dc9711acff6e79e16d0b7bd48e17 (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.