Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
MODIFICATION

Q -- Medical Monitoring Service

Notice Date
7/14/2015
 
Notice Type
Modification/Amendment
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-15-T-0043
 
Response Due
7/21/2015
 
Archive Date
9/12/2015
 
Point of Contact
james figlan, 9048230552
 
E-Mail Address
USPFO for Florida
(james.m.figlan.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation is W911YN-15-T-0043 and is issued as a Request for Quote (RFQ). Request for Quotes are due by 10 July 2015, 5:00 p.m. (EST). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for small businesses. The North American Industry Classification System (NAICS) code for this acquisition is 621999with a size standard of $15.0M. The United States Property and Fiscal Office of the Florida Army National Guard is soliciting proposals to procure the following services: The Florida Army National Guard (FLARNG) requires an Occupational Medical Surveillance Examination Program in accordance with the Occupation Safety and Health Association (OSHA) and other regulations. There are several different/various locations that require this service the various locations will depend on where the biggest number of soldiers are during testing period: seven (7). The estimated number of personnel to be examined is 250-400. The Government has the right to increase and/or decrease the number of employees/military personnel and the locations for service. The hours of operation will be based on the shops in that area, being tested due to time zone and traffic issues. The Contractor will provide Board Certified Occupational Health Physician(s), supervision, all labor, tools, materials, equipment, and incidentals required to conduct the Medical Surveillance Examination / Occupational Health Services for the FLARNG. The contractor shall provide all personnel, equipment, tools, materials, supervision, and quality control necessary, to perform MEDICAL SURVEILLANCE EXAMINATIONS Services, as defined in this PWS. NOTE: MANDATORY requirement in section 2.0.5 in the PWS for Defense Occupational and Environmental Health Readiness System- Hearing Conservation (DOEHRS-HC) through Benson hearing equipment at time of testing. Period of Performance (PoP): The Period of Performance shall be for a two (2) week contract or 9 days performed during the last week of Aug and the first week of September. Please reference the attached mobile medical sites for location of required services. Bid Schedule: Please use the following bid schedule for your quote submittal and reference PWS section 5.0-5.11 for exam/test details. Note: not all patient estimates will require quote mark as needed quote mark exams/tests. Quantity Each Total Per CLIN CLIN 0001 Physical Exam CLIN 0002 Hearing Exam CLIN 0003 Vision Exam CLIN 0004 Lab Tests (as needed) CLIN 0005 X-Ray's (as needed) CLIN 0006 PFT's (as needed) CLIN 0007 30 day follow up reports Total (per patient) $ ___________ SCA Wage Determination: WD 05-2116 (Rev-16) Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Systems for Award Management (SAM) at https://www.sam.gov/portal/public/SAM/, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. FAR 52.204-99 System for Award Management Registration (August 2012) (DEVATION) FAR 52.212-1, Instructions to Offerors-Commercial, FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, lowest price of all item quote mark all or none quote mark. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. 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 52.222-41 Service Contract Act of 1965; FAR 52.222-44 Fair Labor Standards act and Service Contract Act-Price adjustment; FAR 52.222-54 Employment Eligibility Verification: FAR 52.228-5 Insurance-Work on a government Installation; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.232-36, Payment by Third Party; FAR 52.225-1, FAR FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities), FAR 52.219-6, Notice of Total Small Business Set-Aside, FAR 52.219-28, Post Award Small Business Representation FAR 52.222-50, Combating Trafficking in Persons, FAR 52.225-13, FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), 52.217-4 -- Evaluation of Options Exercised at Time of Contract Award DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III. DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law- Fiscal Year 2014 Appropriations. FAR 52.204-14 Service Contract Reporting Requirements. FAR 52.212-1 Instructions to Offerors. FAR 52.212-2 Evaluation of Commercial Items. FAR 52.212-4 Contract Terms and Conditions. FAR 52.222-41 Service Contract Act of 1965. Point of Contact: Offerors can submit their proposal to: CPT James M. Figlan at james.m.figlan.mil@mail.mil. Questions will be directed to CPT James Figlan 904-823-0552.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA08/W911YN-15-T-0043/listing.html)
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32085-1008
 
Record
SN03796069-W 20150716/150714235248-56699d827a9fd123066d7e7bf2f70bfa (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.