Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 23, 2015 FBO #4808
SOLICITATION NOTICE

R -- Forensic Odontologist Services

Notice Date
1/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
N00604 NAVSUP Fleet Logistics Center Pearl 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
 
ZIP Code
00000
 
Solicitation Number
N0060415T3023
 
Response Due
2/4/2015
 
Archive Date
2/19/2015
 
Point of Contact
Mshindi Thomas 808-473-7569
 
Small Business Set-Aside
Total Small Business
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00604-15-T-3023. This solicitation document incorporates provisions and clauses in effect through FAC 2005-78 and DFARS Publication Notice 20150115. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 541690 and the Small Business Standard is $15M. The proposed contract is 100% set aside for small business concerns. The Small Business Office concurs with the set-aside decision. NAVSUP Fleet Logistics Center Pearl Harbor Regional Contracting Department requests responses from qualified sources capable of providing the following: CLIN QTY U/I 0001 12 Months Forensic Odontologist Services, in accordance with the attached Performance Work Statement (PWS). The period of performance will be 11 February 2015 through 10 February 2016. The Place of performance shall be performed at the contractor ™s site, at either of the two Joint/POW MIA Account Command (JPAC) laboratories located in Hawaii and Nebraska, or off site at a location mutually agreed upon by the contractor and laboratory management. The following FAR provision and clauses are applicable to this procurement: 52.204-7System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 Alt IOfferor Representations and Certifications - Commercial Items 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 Including: 52.-204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013)52.209-6, Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition ob Contracting with Inverted Domestic Coporations 52.219-6, Notice of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-19, Child Labor ”Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers w/Disabilities 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.232-33, Payment by Electronic Funds Transfer - System for Award Management 52.225-13, Restriction on Foreign Purchases 52.223-5 Pollution Prevention and Right-to-Know Information 52.223-3 Hazardous Material Identification and Material Safety Data 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Reps and Certs 52.232-39Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2Protection of Government Buildings, Equipment, and Vegetation 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference DFARS provisions and clauses applicable to this procurement are: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating To Compensation of Former DoD Officials 252.204-7003Control of Government Personnel Work Product 252.204-7004 Alt A System For Award Management 252.204-7011 Alternative Line Item Structure 252-204-7012Safeguarding of Unclassified Controlled Technical Information 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability ¦ Fiscal Year 2015 appropriations 252.223-7001, Hazard Warning Labels 252.223-7006Prohibition on Storage of Disposal of Toxic and Hazardous Waste 252.225-7048Export- Controlled Items 252.225-7993 Prohibition on Contracting with the Enemy 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports 252.232-7006Wide Area WorkFlow Payment Instructions 252.232-7010 Levies On Contract Payments 252.237-7010Prohibition on Interrogation of Detainees by Contractor Personnel 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts) 252.247-7023Transportation of Supplies by Sea Quoters are reminded to include a completed copy of FAR 52.212-3 with quotes. All clauses shall be incorporated by reference in the order. This announcement will close at 5:00p.m. Hawaii Standard time on 04 February 2015. All quotes must be submitted via email only to Mshindi.thomas@navy.mil. Questions shall be submitted to Mshindi Thomas via email only no later than 2:00p.m. Hawaii time on 28 January 2015. All responsible sources may submit a quote which shall be considered by the agency. ********Note: Quoters are required to submit quotes that fully meet the needs of this requirement; however, if no technically acceptable quotes are received that meets the entire needs of this requirement, the Government reserves the right to issue multiple purchase orders against this combined synopsis/solicitation. Offerors are encouraged to submit quotes clearly identifying their full/partial capability regarding the amount of personnel and hours proposed for possible consideration. ******* Procedures in FAR 13.106 are applicable to this procurement. While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors: price, technical capability, and past performance. The quoter ™s technical capabilities will be evaluated as follows: Technical: Quoters must meet or exceed the requirements in the solicitation and any subsequent amendments. The Government will evaluate the Technical Submission, to include (a) technical capability and (b) past performance, as acceptable or unacceptable. In order to be considered for award, quoters must receive a rating of acceptable. The technical capability submission shall clearly demonstrate the contractor ™s capabilities and expertise in sufficient detail to determine technical acceptability and should address the following criteria: Board certification through the American Board of Forensic Odontology (ABFO). A minimum of 20 years experience in the field of forensic odontology casework. Five (5) years recent experience in laboratory quality assurance principles and accreditation requirements. Experience holding a position on a Professional Board/Organization. Experience as an expert witness in his/her forensic specialty in Federal and/or State court on at least 5 separate occasions. The ability to read, interpret, and understand military personnel dental and medical records, military. mortuary affairs documentation, military message traffic, and individual deceased personnel files (IDPF). The ability to read, interpret, and understand radiographs and other medical imagery. Knowledge of accreditation criteria from the American Society of Crime Laboratory Directors ”Laboratory Accreditation Board (ASCLD-LAB). An understanding of accreditation principles and processes. Knowledge in forensic Laboratory Quality Assurance Practices and CIL Standard Operating Procedures (SOPs) as they pertain to writing, reviewing, and amending analytical notes (including images), and test reports. Past Performance: The offeror shall submit, as part of its proposal, information on previously performed contracts or on-going contracts that are similar to the performance work statement/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either 1) all such contracts within the past three years, or 2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the product was supplied and services were performed and the number (phone, fax or Internet) of a contact for each contract listed. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. The offeror should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related or similar past performance. Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, śunknown ť shall be considered śacceptable. ť Price: For offers which meet technical acceptability, award will be made to the lowest priced offeror. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), proof of technical capabilities in accordance with evaluation criteria, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/N00604/N0060415T3023/listing.html)
 
Place of Performance
Address: Joint/POW MIA Account Command (JPAC) laboratories located in Hawaii and Nebraska, Honolulu, Hawaii
Zip Code: 96853
 
Record
SN03620486-W 20150123/150121234435-fde33b7cc6337ed0db1a50c4263ac3d4 (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.