Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 17, 2016 FBO #5503
SOLICITATION NOTICE

R -- Medical Appointment Clerk

Notice Date
12/15/2016
 
Notice Type
Presolicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Department of the Army, Army Contracting Command, ECC, 411TH CSB (W91QVN) RCC YONGSAN, UNIT 15289, APO AP, 96205-0062, Korea, South
 
ZIP Code
00000
 
Solicitation Number
W91QVN-17-R-0025
 
Archive Date
12/31/2016
 
Point of Contact
Lorna P. Beckman, Phone: 7246554
 
E-Mail Address
lorna.p.beckman.civ@mail.mil
(lorna.p.beckman.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Pre-Solicitation Notice Subject: Medical Appointment Clerks Solicitation Number: W91QVN-17-R-0025 Contracting Office: 411th CSB Unit 15289, APO AP 96205 1. 411th Contracting Support Brigade (CSB), Korea plans to issue a solicitations for two Medical Appointment Clerk at OSAN Airbase, Korea. The Project is operation and maintenance (O&M) funded however market research has shown that the same or similar services are offered to the general public in the ROK, the Status of Forces Agreement (SOFA) precludes the U.S. Government from granting Invited Contractor or Technical Representative status to any offeror for this requirement. All sources submitting a proposal or quote, as applicable, including U.S. sources, must: already have the requisite business licenses directly from the ROK Government; and conduct business in accordance with all applicable ROK laws, including but not limited to, rules and policies regarding labor, taxation, and immigration. 2. System for Award Management: The North American Industry Classification System (NAICS) code for this procurement is 561110, Office Administrative Services. Please make sure that the NAICS code is listed in your SAM registration. In accordance with DFARS 252.204-7004, Alternate A, all interested offerors shall be registered in the System for Award Management (SAM) located at https://www.sam.gov. Make sure you are registered in SAM.Gov and that your registration is active at time of award. 3. Basis of Award: Award will be made to the responsible offeror submitting the Best Value Lowest Priced, Technically Acceptable (LPTA) offer that satisfies all terms and condition of the solicitation. 4. The 411th contemplates award of a Firm Fixed Price contract. The solicitation will be issued as full and Open Competition in accordance with FAR 6.302-4. The solicitation package will be issued about Dec or Jan 2017 5. Period of Performance (POP): Base year consisting of twelve (12) months and four (4) 12 month option year not to exceed sixty (60) months. Specific dates will be listed in the solicitation. Technical Evaluation Factors: Factor A. Technical Capability: All sub-factors under Technical factor are of equal importance and shall be evaluated on an acceptable or unacceptable basis. A rating of unacceptable for any factor or sub-factor will result in technically unacceptable rating. Failure to provide documents addressed below will result in a rating of "Unacceptable". Sub-factor 1: Prior Experience (1). Contractor's Prior Experience: The contractor shall be evaluated on submitted documentation demonstrating a minimum of at least three (3) consecutive years of verifiable experience within the last five (5) years from the issuance date of the solicitation in Public Health Service or Medical Service Business. The Offeror shall submit evidence of prior experience in the following format: - The title of the contract/project for the commercial or government requirement - A clear description of qualifying work experience - Length of contract/project (From year/month/date- To: year/month/date) - Value of contract/ project - Complete Point of Contact of employees (including, name, phone no. and e-mail) and validating POC. Sub-factor 2: Key Personnel (2). Key personnel Qualifications: The offeror shall be evaluated on submitted individual personnel resumes for the position below. The resumes shall be evaluated to ensure qualifications and experience of personnel. A resume for each personnel must clearly identify in the following format: • Name of Medical Clerk (s) • Education: Submit High School Diploma or General Education Development GED equivalency. • Proposed Position Title • A clear description of qualifying work experience • Length of work experience (From: year/month/date - To: year/month/date) • Complete POC of employer (including name, phone no. and e-mail) and validating POC. Medical Appointment Clerks: the offeror shall be evaluated on their submitted resume that demonstrates that the proposed medical appointment clerks has the following: 1. At least three (3) years consecutive experience in medical office scheduling, within the last five (5) years, from issuance date of the solicitation. 2. The Contractor shall submit High School Diploma or General Educational Development (GED) equivalency certificate. 3. The Contractor shall be evaluated on documentation demonstrating Test of English for International Communication (TOEIC) score, of NOT less than 750, which was obtained within last three (3) years 4. OR providing any one of the following: 1) English class credit points from a College or University (at least one credit); 2) proof of minimum of one (1) year working experience for U.S. Government job position. 5. The contractor shall be evaluated on submitted documentation that demonstrates the possession of effective Basic Life Support or Cardiopulmonary Resuscitation or Automated External Defibrillator (BLS CPR/AED) certification. This certification must be maintained during employment period or performance. Note: Within the first thirty (30) calendar days of employment, the COR shall evaluate and report to the KO if the employee meets minimum English proficiency level. Personnel who fail to meet minimum English-language requirements will be determined as non-responsible by the KO. The KO will then request a new personnel for the position who meets the English requirement. Factor B. Past Performance: The Government will evaluate the offeror's record of past and current performance to ascertain the probability of successfully performing the required efforts of the PWS. The past performance factor considers the Offeror's demonstrated recent and relevant record of performance in supplying services that meet the contract requirements. Past performance will be evaluated on an acceptable/unacceptable adjectival ratings. Offerors are required to identify contracts, both commercial and Government contracts for the same or similar service. The Government may ascertain past performance information on the offeror from sources other than the contracts/references provided. The Government reserves the right to obtain past performance information from any reasonable source available, including the Past Performance Information Retrieval System (PPIRS) website http://www.ppirs.gov in order to evaluate offerors' past performance. Also CPARS, if applicable, will be used for evaluation of the past performance. Factor C. Price: Proposed prices will be evaluated as follows. (a) Price analysis will be conducted for each proposal to ensure completeness, realism, reasonableness and balance. In order to perform price analysis, the Government requires that offerors submit sufficient detail relative to direct and indirect rates, subcontracts, material, equipment, and other direct costs. Price analysis will be performed to determine the total evaluated price to support the selection of the lowest priced, technically acceptable offeror. To determine total evaluated price, all fixed priced CLINs, Sub-CLINs and ELINs (as appropriate) will be added to the total extended prices of Requirements The following applies to that evaluation: i. Completeness. The offeror shall complete the pricing information for all CLINs, Sub- CLINs and ELINs (as appropriate) identified for each year and option year (include total price for the base year and (4) option years). Any underlying assumptions including proposed escalation rates between base and subsequent option periods shall be clearly explained. ii. Price Reasonableness. Price should also reflect fair market value and be reasonable when compared to the independent Government estimate, previous prices for same or similar services and/or when compared among other technically acceptable offers. iii. Unbalanced Pricing. As part of the price evaluation, proposals will be reviewed to identify any unbalanced pricing. IAW FAR 15.404-1(g) (3), Unbalanced Pricing, a proposal may be rejected if the Contracting Officer determines the lack of balance poses an unacceptable risk to the Government. Option Clause 52.217-8. As part of price evaluation, the Government will evaluate its option to extend services (FAR Clause 52.217-8 - Option to Extend Services) 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 one-half of the 4th option. Offerors are required only to price the base and four (4) options. Offerors shall not submit a price for the potential one-half year extension of services period. (b) 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). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Proposal Period: The Government anticipates releasing the solicitation around late Dec to early Jan 2017. The solicitation will be issued via FedBizOps (https://www.fbo.gov/). The response date in this synopsis is not a firm date; please see the solicitation for the actual date. This notice is subject to change, therefore use the actual posted solicitation to offer proposal. Point of Contact: Please direct all inquiries to the Contract Specialist, L. Pat Beckman at Lorna.P.Beckman.civ@mail.mil. THIS PRE-SOLICITATION NOTICE IS FOR PURPOSE OF INFORMING INDUSTRY THAT THIS SOLICITATION WILL BE POSTED ON OR ABOUT LATE DEC TO EARLY JAN 2017. THIS NOTICE IS NOT A REQUEST FOR PROPOSAL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6c206f9deccffe9bdc555ab4b7b4778d)
 
Place of Performance
Address: Osan, South Korea, United States
 
Record
SN04352257-W 20161217/161215234002-6c206f9deccffe9bdc555ab4b7b4778d (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.