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, 2016 FBO #5349
MODIFICATION

Q -- Occupational Health Assessments for the Oregon Army National Guard

Notice Date
7/14/2016
 
Notice Type
Modification/Amendment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
10825434
 
Archive Date
8/6/2016
 
Point of Contact
Michael Nolan Campbell, Phone: 5035843771
 
E-Mail Address
michael.n.campbell.civ@mail.mil
(michael.n.campbell.civ@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 No. 10825434 and is issued as a Request for Quote (RFQ). The RFQ will result in a firm fixed price contract. The North American Industry Classification System (NAICS) code for this acquisition is 621 – Ambulatory Healthcare Service/621111 – Offices of Physicians. Small business size standard is $11,000,000.00. This acquisition is 100% Set-Aside for Small Business. Quotes are due July 22, 2016, 2:00 PM Pacific. Oral quotations will not be accepted. Faxed offers must be readable to be considered. Fax offers to (503) 584-3771 attn: Nolan Campbell. Mail quotations to USPFO for Oregon, Attn: Nolan Campbell, PO Box 14350, Salem, OR 97309. Physical address/delivery address, 1776 Militia Way SE, Salem OR 97309. Email offers to michael.n.campbell.civ@mail.mil. The award will only be made to an offeror whose quotation is all-inclusive of the requirements on this solicitation. Offerors must be actively registered on the Systems for Award Management database (SAM). Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Offerors’ proposals shall be valid for a minimum of 30 days to be acknowledged in the offerors’ proposal. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Description of requirement : SEE ATTACHED PERFORMANCE WORK STATEMENT Period of Performance : Approximately July 29, 2016 through September 30, 2016. Coordination of scheduling shall be a joint effort between the Occupational Health Nurse and the Contractor. A draft copy of the scheduled will be initiated by the OHN and sent to the successful Contractor for review and any needed adjustments. Performance Standards : SEE ATTACHED QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Provision for Evaluation: 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 “all or nothing” basis. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award in no particular order: Price; Technical acceptability; Past Performance. 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, giving priority to most recent performances for the Oregon National Guard. *If the offeror has not previously performed similar contract services for the Oregon National Guard, the offeror shall provide references for similar services performed, to include contract number, and point of contact information. 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 Oregon 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 “quotation”. “Offer” 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 “bids” or “sealed bids”; responses to requests for proposals (negotiation) are offers called “proposals”; however, responses to requests for quotations (simplified acquisition) are “quotations,” not offers. FAR 13.004 -- Legal Effect of Quotations. (a) A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier’s quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. (b) When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing, as defined at 2.101. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. (c) If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. (See 13.302-4 for procedures on termination or cancellation of purchase orders.) The following provisions and clauses apply to this acquisition: 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government 52.204-4 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Award (FFATA) 52.204-13 System for Award Management Maintenance 52.204-18 Commercial and Government Entity Code Maintenance 52.209-02 Prohibition on Contracting with Inverted Domestic Corporations—Representation 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.212-3 ALT I 52.212-4 Contract Terms and Conditions -- Commercial Items 52.219-6 Notice Of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-9 ALT II Small Business Subcontracting Plan (Jan 2011) Alternate II 52.219-16 Liquidated Damages-Subcontracting Plan 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity For Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports Veterans 52.222-41 Service Contract Act of 1965. 52.222-50 Combat Trafficking in Persons 52.222-55 Minimum Wages Under Executive Order 13658 52.223-5 Pollution Prevention and Right to Know Information 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance-Work on a Government Installation 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment and Vegetation 252.201-7000 Contracting Officer's Representative 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 252.203-7996 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements—Representation (DEVIATION 2016-O0003) (OCT 2015) 252.203-7999 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements 252.204-7012 Safeguarding Unclassified Documents 252.211-7008 Use of Government-Assigned Serial Numbers 252.219-7003 Small Business Subcontracting Plan 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.225-7012 Preference For Certain Domestic Commodities 252.225-7012 Trade Agreements (Jun 2011) 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. 252.232-7003 Electronic Submission of Payment Requests 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (DEVIATION) 252.247-7023 Transportation of Supplies by Sea 52.204-1 Approval of Contract 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.232-19 Availability of Funds for the Next Fiscal Year 52.237-1 Site Visit 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 252.232-7006 Wide Area Workflow instructions (This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text); FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; FAR 52.252-1 Solicitation Provisions Incorporated by Reference ( http://farsite.hill.af.mil ). DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.204-7011 Alternative Line Item Structure; Note : The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil. Notice: Contractor performance may be evaluated in accordance with policy at FAR 42.1502. Note : Contractor will be required to utilize Wide Area Workflow (WAWF) for electronic submission of payment requests ( https://wawf.eb.mil/ ) Notice for Service Contract Act : Applicable SCA Wage Determination--Wage Determination No.: 2005-2115 rev 16 dated 7/8/2015 See www.wdol.gov But see clause 52.222-55 for minimum wage set by Executive Order 13658 Statement of Equivalent Rates for Federal Hires : GS-0600 – MEDICAL, HOSPITAL, DENTAL, AND PUBLIC HEALTH GROUP; GS-06 through GS-11 REQUIREMENTS FOR YOUR QUOTE: 1. Please submit a quote on your company letterhead showing a price per contract line item (CLIN) with a total price at the bottom. Include the following information on your quote: Cage code, Tax ID number, company name, phone number, contact, and email. CLIN 0001: Provide Equipment, Personnel and Services per the Performance Work Statement CLIN 0002: Army Contractor Manpower Reporting Requirement (yearly requirement). See individual Line Item PWS. Include price for this reporting requirement (see requirement below) or indicate “No Charge”. "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ARMY via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil/ Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil.” 2. Information required by Provision for Evaluation above and references; 3. Proposals must also include completed representations and certifications in the provision 52.212-3 Alt. I. If the offeror has completed 52.212-3 Alt I in SAM.gov, include the appropriate certification for NAICS and size standard in this solicitation. By submitting a quote, the offeror makes the following representations: FAR 52.209-02 Prohibition on Contracting with Inverted Domestic Corporations—Representation; DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials; DFARS 252.203-7996 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS—REPRESENTATION (DEVIATION 2016-O0003) (OCT 2015); DFARS 252.225-7031 Secondary Arab Boycott of Israel; Complete the following and submit with quotation: FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I--If completed in SAM.gov, submit paragraph (b). If not on SAM.gov, submit a completed copy. 52.212-3 Alt 1 (b) (1) Annual Representations and Certifications. 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 ____________. [Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] 252.209-7991 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW—FISCAL YEAR 2016 APPROPRIATIONS (DEVIATION 2016-O0002) (OCT 2015) (a) In accordance with section 101(a) of the Continuing Appropriations Act, 2016 (Pub. L. 114-53) and any subsequent FY 2016 appropriations act that extends to FY 2016 funds the same restrictions as are contained in sections 744 and 745 of division E, title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), none of the funds made available by this or any other Act may be used to enter into a contract with any corporation that— (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that— (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10825434/listing.html)
 
Place of Performance
Address: 3225 State Street, Salem, Oregon, 97301, United States
Zip Code: 97301
 
Record
SN04183331-W 20160716/160714235415-5b89b1bace985ae780e604eed645ce2e (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.