Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

R -- Military Treatment Facilities (MTF) Answering Services (AS) Madigan Army Medical Center (MAMC) Joint Base Lewis-McChord (JBLM)

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561421 — Telephone Answering Services
 
Contracting Office
MICC - Joint Base Lewis-McChord, Directorate of Contracting, Building 2015, Box 339500, Fort Lewis, WA 98433-9500
 
ZIP Code
98433-9500
 
Solicitation Number
W911S8-14-Q-0002
 
Response Due
8/4/2014
 
Archive Date
9/26/2014
 
Point of Contact
Larissa Ortmann, 253-966-3490
 
E-Mail Address
MICC - Joint Base Lewis-McChord
(larissa.a.ortmann.civ@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 commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation number is W911S8-14-Q-0002 and is issued as a Request for Quotation (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-74 and DCN 20140624. The associated North American Industrial Classification System (NAICS) code for this procurement is 561421 Telephone Answering Servicers and the size standard is $14,000,000. This requirement is unrestricted for full and open competition. The anticipated award date is 11 August 2014. The Government will award a single fixed-price requirements type contract. The Government is not obligated to order the entire estimated amount. The RFQ contains the following Contract Line Item Numbers (CLIN), quantities, and units of measure for the 9-month base period and three 1-month option periods. CLIN 0001 Lines (18 per month) Base Period In accordance with the Performance Work Statement (PWS) Period of Performance: 23 August 14 - 31 May 15 The first month of service is from 23 August 2014 - 30 September 2014. All other subsequent months are calendar months starting on the first and ending on the last day of the applicable month. $_____ per month x 9 months = $_____ CLIN 0002 Calls (cost per minute) Base Period In accordance with the PWS Period of Performance: 23 August 14 - 31 May 15 $_____per minute x 9,000 (estimated) = $_____ (estimated) CLIN 0003 Phase-In Period In accordance with the PWS Period of Performance: 11 August 2014 (or date of award) - 22 August 2014 $_____per each x 1 = $_____ CLIN 0004 Contractor Manpower Reporting In accordance with attached PWS 1st Report is due no later than 31 October 2014 for reporting period 1 August 2014 (or date of award) - 30 September 2014. 2nd Report is due no later than 31 October 2015 for reporting period 1 October 2014 - end of contract performance period. $_____per each x 2 = $_____ CLIN 1001 Lines (18 per month) Option Period 1 Period of Performance: 1 June 2015 - 30 June 2015 $_____per month x 1 month = $_____ CLIN 1002 Calls (cost per minute) Option Period 1 In accordance with the attached PWS Period of Performance: 1 June 2015 - 30 June 2015 $_____ per minute x 1,000 (estimated) = $_____ (estimated) CLIN 2001 Lines (18 per month) Option Period 2 Period of Performance: 1 July 2015 - 31 July 2015 $_____per month x 1 month = $_____ CLIN 2002 Calls (cost per minute) Option Period 2 In accordance with the attached PWS Period of Performance: 1 July 2015 - 31 July 2015 $_____ per minute x 1,000 (estimated) = $_____ (estimated) CLIN 3001 Lines (18 per month) Option Period 3 Period of Performance: 1 August 2015 - 30 August 2015 $_____per month x 1 month = $_____ CLIN 3002 Calls (cost per minute) Option Period 3 In accordance with the attached PWS Period of Performance: 1 August 2015 - 30 August 2015 $_____ per minute x 1,000 (estimated) = $_____ (estimated) DESCRIPTION. The Western Regional Medical Command (WRMC), Madigan Army Medical Center (MAMC), Puget Sound Enhanced Multi-Service Market (eMSM) Office has a requirement to obtain answering services support for MAMC at Joint Base Lewis-McChord (JBLM). The MAMC at JBLM supports active duty service members, their families and retirees as a provider of safe, quality care; an unparalleled education facility; a state-of-the-art research platform; a leader in readiness and deployment medicine, and an engaged community partner. SEE LINK TITLED ADDITIONAL DOCUMENTATION FOR A FULL COPY OF THE CLIN SCHEDULE and PWS. The following provisions and clauses are included by reference: 52.204-7, System for Award Management, JUL 2013 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards, JUL 2013 52.204-13, System for Award Management Maintenance, JUL 2013 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment, AUG 2013 52.212-1, Instructions to Offerors--Commercial Items, APR 2014 52.212-4, Contract Terms and Conditions--Commercial Items, MAY 2014 52.217-5, Evaluation Of Options, JUL 1990 52.224-1, Privacy Act Notification, APR 1984 52.224-2, Privacy Act, APR 1984 52.232-39, Unenforceability of Unauthorized Obligations, JUN 2013 52.237-3, Continuity Of Services, JAN 1991 52.249-4, Termination For Convenience Of The Government (Services) (Short Form), APR 1984 252.201-7000, Contracting Officer's Representative, DEC 1991 252.203-7000, Requirements Relating to Compensation of Former DoD Officials, SEP 2011 252.203-7002, Requirement to Inform Employees of Whistleblower Rights, SEP 2013 252.204-7000, Disclosure Of Information, AUG 2013 252.204-7003, Control Of Government Personnel Work Product, APR 1992 252.204-7006, Billing Instructions, OCT 2005 252.204-7012, Safeguarding of unclassified controlled technical information, NOV 2013 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, JUN 2012 252.232-7010, Levies on Contract Payments, DEC 2006 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel, JUN 2013 THE FOLLOWING CLAUSES AND PROVISIONS ARE INCORPORATED BY FULL TEXT. SEE RFQ UNDER LINK TITLED ADDITIONAL DOCUMENTATION FOR FULL TEXT. 52.212-2, EVALUATION COMMERICAL ITEMS (JAN 1999) 52.212-3,OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (MAY 2014) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, MAY 2014 52.217-8, OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9, OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) Instructions to Offerors These instructions provide guidance to the offerors in the preparation of its quotation. Quotations shall include all of the information requested in the subparagraphs below. Noncompliance with the RFQ requirements may hamper the Government's ability to properly evaluate the proposal and may result in elimination of the proposal from further consideration for contract award. Quotations shall be delivered either electronically by email addressed to both larissa.a.ortmann.civ@mail.mil and suzanna.s.day.civ@mail.mil, or via mail or in person to: Directorate of Contracting, Attn: Larissa Ortmann, Building 2015, MS 19, Room 216, Box 339500, Fort Lewis, WA 98433-9500. Include the RFQ number, closing date and closing time on the outside of your sealed envelope. Proposals are due by 4 August 2014 at 2:30 PM Pacific Daylight Time. Offers sent through the United States Postal Service via Express Mail or Priority Mail require additional time for delivery to the address stated above. The point of contact responsible for supplying additional information and answering all inquiries is the Contracting Officer via the Contract Specialist. Address all questions or concerns the offeror may have to the Contract Specialist, Larissa Ortmann by email to larissa.a.ortmann.civ@mail.mil. If an offeror believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise deemed unsound, the offeror shall immediately notify the KO in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. It is the Government's intention to award without discussions. Offerors are encouraged to present their best technical proposal and prices in their initial proposal submission. However, in accordance with (IAW) FAR Part 15.306, should discussions become necessary, the Government reserves the right to hold them. If this occurs, a competitive range will be determined and offerors notified. The competitive range may be limited for purposes of efficiency IAW FAR Part 15.306 (c)(2). The Government intends to make a final determination as to whether the offeror's quotation is acceptable or unacceptable solely on the basis of the initial offer as submitted. Accordingly, offerors are advised to submit an initial quotation that is fully and clearly acceptable without additional information or explanation and contain the offeror's best terms from a price and past performance standpoint. Electronic Media Offers and Submissions Offeror shall submit the quotation in the Adobe Portable Document (PDF), Microsoft Word, or Microsoft Excel format, which will enable the Government to view the quotation electronically. The Government will use the electronic copies in the evaluation process. File Preparation. The PDF file has a built-in security function. Offeror shall set all security options in each PDF file to quote mark allowed. quote mark Index all text, including table and figure identifiers and allow for 100% searchable text. Display all text as a font and not display as a bitmap in any volume or appendix to facilitate the ability to copy and paste to another document. Other Requirements. Do not embed sound or video files into the files. Minimize the use of scanned images and keep embedded graphics as simple as possible. Price Data File (PRICE.XLS). Submit an electronically encoded price model in support of the proposed price. Any price model submitted must be consistent with your approved estimating system and must duplicate the logic and mathematical formulas reflected in the paper copy of your quotation. Price models submitted must comply with the following format requirements: Data file should be.XLS file format (MS-Excel 2007 or earlier) compatible format. Viewing Environment. The Government anticipates viewing the electronic submittals with the following computer software and hardware: 1) IBM-compatible systems, 128 MB of RAM, nominal 17-inch color monitors, and standard CD ROM readers, 2) Windows Vista operating system, 3) Adobe Reader 7.0, Microsoft Office 2007, and Internet Explorer 7.0. Basis for Contract Award: This is a competitive acquisition. An award will be made if the offeror is deemed responsible in accordance with the Federal Acquisition Regulation (FAR) 9.104-1. No offer will be accepted that does not contain the total amount of work specified for the proposed delivery of services in this solicitation. To be considered for an award, the offer shall conform to all specifications, terms and conditions contained in the RFQ. This acquisition is conducted in accordance with FAR 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented by the Defense Federal Acquisition Regulation Supplement (DFARS), and the Army Federal Acquisition Regulation Supplement (AFARS). Award will be made to a single quoter that is deemed responsible in accordance with the Federal Acquisition Regulation (FAR), whose quote conforms to the solicitation requirements, and when judged by an overall assessment of the evaluation criteria, represents the lowest-priced quotation. Award for All of the Work. The Government intends to award one fixed-price requirements type contract as a result of this RFQ. Quotations received for less than the stated number of items listed in the Schedule will be considered ineligible for award. As set forth in FAR 52.212-1 (g), the Government intends to evaluate the quotation and award a contract without discussions (except clarifications as described in FAR 15.306(a), Clarifications and Award without Discussions). Therefore, the offeror's initial quotation should contain the offeror's best price. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Quotation: The submission of the documentation specified below will constitute the offeror's acceptance of the terms and conditions of the RFQ, concurrence with the Performance Work Statement, and contract type. Offeror's shall submit the following as part of its Quotation Cover Letter containing: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) Cage Code, DUNS Number, and Tax-ID Number (5) any discount terms; (7) quote mark Remit to quote mark address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). System for Award Management (SAM) is an e-Government initiative that consolidates the capabilities previously found in the Central Contractor Registration (CCR) and Online Representations and Certifications Application (ORCA). The offeror shall complete all necessary fill-ins and certifications concerning - Offeror Representations and Certifications at FAR Provision 52.212-3 Alternate I through the use of the SAM website (https://www.sam.gov). If the offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete and submit hard copies of all applicable representations and certifications. (9) Acknowledgment of Solicitation Amendments (if any); (10) Submit a letter, on company letterhead, signed by an officer of the company, stating the authorized representative(s) (along with title, telephone number and other contact information such as e-mail) who can obligate your company contractually, negotiate, sign the quotation, and sign other contract actions. The letter must include any dollar amount limits (11) Acknowledgment of the Quotation Acceptance Period. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of quotation or, if requested, from the date specified for receipt of final offer revisions. Price Schedule - See Attached Contract Line Item Number (CLIN) Schedule The CLIN Schedule shall be submitted fully completed and error free. Provide unit price, CLIN total amount, subtotals for each contract period, and the proposed estimated contract total amount. Represent all final monetary extensions in two decimal positions only. Example: $0.27, not $0.27458. Unit price and extended price cannot be left blank; indicate your intent to not charge a specific CLIN or SubCLIN by writing the unit price as $0.00 and total/estimated amount price as $0.00. The math of quantity multiplied by unit price must equal the amount. Quantity x Unit Price = Amount Price will not be scored or rated. Evaluation of price will be performed using one or more of the price analysis techniques in FAR 15.404-1(b). Through these techniques the Government will determine whether prices are reasonable, complete and balanced. Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). As part of price evaluation, the government will evaluate its option to extend services (see FAR Clause 52.217-8) by adding one-half of the offeror's final option period price to the offeror's total price. Thus, the offeror's total price for the purpose of evaluation will include the base period, 1st option, 2nd option, 3rd option, 4th option, and 1/2 of the 4th option. Offerors are not required to enter a price for the six-month period. Unbalanced Pricing may be evaluated in accordance with FAR 15.404-1(g), as applicable, to assess potential performance risk which could result in unreasonably high prices Definitions. Reasonableness. A price is reasonable if, in its nature and amount, it does not exceed that which would be incurred by a prudent person in the conduct of competitive business. Completeness/Accuracy. The offeror's proposal is in compliance with the Price Volume instructions in the solicitation. quote mark SEE LINK TITLED ADDITIONAL DOCUMENTATION FOR A FULL COPY OF THE CLIN SCHEDULE and PWS.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/af65cfd33c31fa436c02c6001b523007)
 
Place of Performance
Address: MICC - Joint Base Lewis-McChord Directorate of Contracting, Building 2015, Box 339500 Fort Lewis WA
Zip Code: 98433-9500
 
Record
SN03440065-W 20140730/140728234909-af65cfd33c31fa436c02c6001b523007 (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.