Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
MODIFICATION

Q -- Mariner Credential Administrative Medical Evaluation Support Services

Notice Date
1/7/2016
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-16-R-MMZ001
 
Archive Date
1/30/2016
 
Point of Contact
James Robinson, Phone: 202-475-3091, James Ferguson, Phone: (202) 475-3194
 
E-Mail Address
James.R.Robinson@uscg.mil, James.F.Ferguson@uscg.mil
(James.R.Robinson@uscg.mil, James.F.Ferguson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment A0006: The purpose of this amendment is to extend the proposal submission deadlin by one week. Proposals are now due on 01/15/2016, at 2:00PM ET. - - - - - Amendment A0005: The purpose of this amendment is to replace Attachment 2.5, the USCG's Custom Non-Disclosure Agreement for this Contract. This version replaces the previous version of this document. - - - - - Amendment A0004: The purpose of this amendment is to post the third and final round of questions and answers, as the deadline for questions is now closed. This amendment also replaces the Statement of Work and the Provisions and Clauses again. The new versions are dated 12/21/2105 and replace all previous versions of these documents. - - - - - Amendment A0003: Answers more vendor questions, replaces the Statement of Work with reduced qualifications for labor categories, replaces the Provisions and Clauses for clarity of price proposals, and attaches a work process flow chart for the National Maritime Center's Medical Division. - - - - - Amendment A0002: Made in error. No Changes. - - - - - Amendment A0001: Changes proposal submission instructions (xiii), replaces solicitation letter with these new instructions, and answers the first round of vendor questions. (xiii) Please submit your Proposal by e-mailing it to James Robinson at (James.R.Robinson@uscg.mil) and James Ferguson (James.F.Ferguson@uscg.mil) not later than the date specified. Data shall be compatible with Microsoft Office Suite 2007 and Adobe Acrobat XI Pro edition. Submitted files must not contain any form of copy protection or password-protected security measures. Proposals do not have to use the full page limits in each section (see proposal instructions for each section's page limits). The USCG's e-mail server limits file size to 5MB. Zipping files to reduce size is acceptable and encouraged. This RFP does not represent authorization to award or proceed with the subject effort, nor a promise of future direction to proceed. Offerors are solely responsible for this RFP's submission costs, even if this RFP is canceled. Offerors that do not submit all of the information required may not be considered for award. - - - - - (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) This is Request for Proposals (RFP) HSCG23-16-R-MMZ001. (iii) This RFP incorporates provisions and clauses that are in effect through Federal Acquisition Circular Federal Acquisition Circular 2005-84. (iv) This a set aside for Small Business under North American Industry Classification System (NAICS) code 541611, Administrative Management and General Management Consulting. Only proposals submitted by small business concerns listed in their System for Award Management (SAM) report as a small business under this NAICS code will be accepted by the Government. Your company's SAM report must show you as a small business under NAICS 541611 or you will automatically be excluded from this competition. Large businesses may partner with small businesses provided that small businesses perform 51% of the work. (v) The following is a list of contract line item numbers, quantities and units of measure (this list includes all options) as a synopsis: CLIN 00001: Base Period: Period of Performance: 02/14/2016 - 02/13/2017 CLIN Description: Technical, Administrative, and Medical Review and Recommendation Support Services in Accordance with the attached Statement of Work Unit of Issue: Monthly - Firm Fixed Price Amount Quantity: 12 Months Unit (Monthly) Price: TBD Total (Yearly) Price: TBD CLIN 10001: Option Period 1: Period of Performance: 02/14/2017 - 02/13/2018 CLIN Description: Technical, Administrative, and Medical Review and Recommendation Support Services in Accordance with the attached Statement of Work Unit of Issue: Monthly - Firm Fixed Price Amount Quantity: 12 Months Unit (Monthly) Price: TBD Total (Yearly) Price: TBD CLIN 20001: Option Period 2: Period of Performance: 02/14/2018 - 02/13/2019 CLIN Description: Technical, Administrative, and Medical Review and Recommendation Support Services in Accordance with the attached Statement of Work Unit of Issue: Monthly - Firm Fixed Price Amount Quantity: 12 Months Unit (Monthly) Price: TBD Total (Yearly) Price: TBD CLIN 30001: Option Period 3: Period of Performance: 02/14/2019 - 02/13/2020 CLIN Description: Technical, Administrative, and Medical Review and Recommendation Support Services in Accordance with the attached Statement of Work Unit of Issue: Monthly - Firm Fixed Price Amount Quantity: 12 Months Unit (Monthly) Price: TBD Total (Yearly) Price: TBD CLIN 40001: Option Period 4: Period of Performance: 02/14/2020 - 02/13/2021 CLIN Description: Technical, Administrative, and Medical Review and Recommendation Support Services in Accordance with the attached Statement of Work Unit of Issue: Monthly - Firm Fixed Price Amount Quantity: 12 Months Unit (Monthly) Price: TBD Total (Yearly) Price: TBD (vi) The United States Coast Guard (USCG) is soliciting proposals to provide Occupational Medical Support Services in support of the USCG National Maritime Center (NMC). Specifically, the NMC requires support for its Mariner Medical Credentialing Program, as outlined in Attachment 1 - Statement of Work (SOW). Contractor tasks shall include: evaluating and processing merchant mariner medical certificate applications; managing official merchant mariner medical records (electronic and paper based) and supplemental medical information; completing data entry related to the process; providing professional fitness for duty recommendations; creating medical certificate creation; and supporting correspondence related to screening and evaluation of applications which includes photo copying, scanning and stuffing envelopes. NOTE: This Contract is not for clinical medicine. There shall be no interaction with patients or diagnoses and treatment of conditions. This work is considered to be occupational and administrative medicine. It shall substantially involve reviewing and evaluating medical documentation and providing professional recommendations based upon that information. The majority of the screening and evaluation work shall be performed by evaluating medical mariner applicants' medical histories against the established maritime medical guidelines and standards. In addition, there is administrative work involved with processing and maintaining these records. Finally, Contractor personnel shall be making recommendations to Government physicians and other personnel who shall be making the final determinations based upon those recommendations. No Contractor personnel shall be making final value judgments relating to any certification work under this effort. (vii) The primary place of performance will be at the USCG NMC, 100 Forbes Drive, Martinsburg, WV. The dates of performance are listed in the CLIN structure above. (viii) FAR Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Please see Attachment 6, Contract Provisions and Clauses, for this addenda. (ix) FAR Provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. Please see Attachment 6, Contract Provisions and Clauses, for this information. (x) All offerors must include a completed copy of the FAR Provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. If the offeror has not filled out electronic Representations and Certifications in SAM, a completed copy of this provision shall be returned with the quote; otherwise, the version current in SAM shall be utilized. (xi) FAR Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) FAR Clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please see Attachment 6, Contract Provisions and Clauses, for this information. (xiii) Please submit your Proposal by e-mailing it to James Robinson at (James.R.Robinson@uscg.mil) and James Ferguson (James.F.Ferguson@uscg.mil) not later than the date specified. Data shall be compatible with Microsoft Office Suite 2007 and Adobe Acrobat XI Pro edition. Submitted files must not contain any form of copy protection or password-protected security measures. Proposals do not have to use the full page limits in each section (see proposal instructions for each section's page limits). The USCG's e-mail server limits file size to 5MB. Zipping files to reduce size is acceptable and encouraged. This RFP does not represent authorization to award or proceed with the subject effort, nor a promise of future direction to proceed. Offerors are solely responsible for this RFP's submission costs, even if this RFP is canceled. Offerors that do not submit all of the information required may not be considered for award. (xiv) Any questions or concerns regarding any aspect of this RFP shall be forwarded to the Contract Specialist, James Robinson, via e-mail at James.R.Robinson@uscg.mil before December 18, 2015 at 2:00 PM ET, so that they can be addressed prior to the submission of Proposals. Answers to questions shall be provided to all applicable parties through an amendment to the solicitation. However, specific information as to which company asked which question shall not be provided. Several questions and answers documents may be performed this way depending on the number of questions received. Offerors are strongly encouraged to ask questions and convey their exceptions to the requirements during this time. The Government desires to alleviate concerns during the RFP phase so that no assumptions or exceptions will be present in any Proposals. Attachments: 1. Statement of Work 2. Supplemental Terms and Conditions and the Attachment 2.5 USCG's Custom Non-Disclosure Agreement for this Contract 3. Navigation and Vessel Inspection Circulars 4. NMC Operating Procedures ( Also known as Mission Management System [MMS] ) 5. Pricing Proposal Template 6. Contract Provisions and Clauses 7. Past Performance Evaluation Sheet 8. Mariner Credentialing Program Report Card for Medical Certifications 9. Questions and Answers: 1 10. Questions and Answers: 2 11. Work Process Flow 12. Questions and Answers 3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-16-R-MMZ001/listing.html)
 
Place of Performance
Address: United States Coast Guard, National Maritime Center, 100 Forbes Drive, Martinsburg, West Virginia, 25404-0001, United States
Zip Code: 25404-0001
 
Record
SN03985575-W 20160109/160107234703-a87b5ddc674e970abefe60592f382756 (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.