Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 30, 2025 SAM #8556
MODIFICATION

R -- Civil Surgeon Credential Verification

Notice Date
4/28/2025 12:41:58 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
USCIS CONTRACTING OFFICE(ERBUR) Williston VT 05495 USA
 
ZIP Code
05495
 
Solicitation Number
70SBUR25Q00000057
 
Response Due
5/9/2025 10:00:00 AM
 
Archive Date
05/24/2025
 
Point of Contact
Marianne Green, Contract Specialist, Dean Seggay, Contracting Officer
 
E-Mail Address
Marianne.Green@uscis.dhs.gov, Dean.M.Seggay@uscis.dhs.gov
(Marianne.Green@uscis.dhs.gov, Dean.M.Seggay@uscis.dhs.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for the credential verification of Civil Surgeons (Doctors of Medicine (MD) and Doctors of Osteopathic Medicine (DO)) in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This solicitation is issued as a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) FAC 2025-03, effective 1/17/2025 and the Homeland Security Acquisition Regulation (HSAR), current as of 12/26/2024. The small business size standard for the set-aside is $19.5 million. SCHEDULE OF SERVICES: Price Quotes shall be submitted using the attached Excel Spreadsheet (Attachment E) Base Period: CLIN 0001: Monthly monitoring and reporting for expiring Civil Surgeon licenses as outlined in the SOW (FFP) - Billing based on actuals. CLIN 0002: Quarterly monitoring and reporting for full analysis of Civil Surgeon licenses as outlined in the SOW (FFP) - Billing base on actuals CLIN 0003: Civil Surgeon license verification that are manually processed as outlined in the SOW - up to 1,000 annually (FFP) - Billing based on actuals CLIN 0003AA: Civil Surgeon license verification that are manually processed for Marina Islands which charges a manual verification fee - up to 10 annually (FFP). Billing based on actuals CLIN 0003AB: Civil Surgeon license verification that are manually processed for Mississippi which charges a manual verification fee - up to 50 annually (FFP). Billing based on actuals CLIN 0003AC: Civil Surgeon license verification that are manually processed for Puerto Rico which charges a manual verification fee - up to 50 annually (FFP). Billing based on actuals CLIN 0003AD: Civil Surgeon license verification that are manually processed for South Dakota which charges a manual verification fee - up to 40 annually (FFP). Billing based on actuals CLIN 0004: Continuous monitoring and reporting of M.D.'s and D.O.'s derogatory information/ adverse actions through the National Practitioner Data Bank (NPDB) as outlined in the SOW - (FFP) Billing based on actuals CLIN 0005: Quarterly monitoring and reporting for M.D. certifications as outlined in the SOW (FFP) - Billing based on actuals - (Optional CLIN) CLIN 0006: Quarterly monitoring and reporting for D.O. certifications as outlined in the SOW (FFP) - Billing based on actuals - (Optional CLIN) 1) Action Code � N/A 2) Date - The period of performance will be 06/01/2025 � 05/31/2026 3) Year � This is a requirement for FY25 4) Contracting Office Zip Code � 05495 5) Product Service Code � R612 � Support � Administrative: Information Retrieval 6) Contracting Office Address � 124 Leroy Road, Williston, VT 05495 7) Subject � Credential Verification of Civil Surgeon licenses (M.D. and D.O.) 8) Proposed Solicitation Number � 70SBUR25Q00000057 9) Closing Response Date- Solicitation will close on May 9, 2025 at 1 PM ET. 10) Contact Point or Contracting Officer � See (xvi) below 11) Contract Award and Solicitation Number � Award Number: N/A; Solicitation Number: 70SBUR25Q00000057 12) Contract Award Dollar Amount � N/A 13) Line Item Number � See (v) below 14) Contract Award Date � N/A 15) Contractor � N/A 16) Description � Per FAR 12.603(2)(i)-(xvi) (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number 70SBUR25Q00000057 is being issued as a request for quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. (iv) This requirement is set aside for Small Business. The associated NAICS code is 541990 � All Other Professional, Scientific and Technical Services. (v) This requirement is for the credential verification of Civil Surgeon licenses on behalf of the National Benefits Center (NBC) with the criteria outlined in Statement of Work. (vi) Period of performance for the base period is 06/01/2025 � 05/31/2026 for a maximum of 60 months. Services shall be provided in accordance with the Statement of Work. (viii) The provision at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition as does the addendum (Page 38 of RFQ 70SBUR25Q00000057). (ix) The provision at 52.212-2, Instructions to Offerors-Commercial, applies to this acquisition. The specific evaluation criteria outlined in paragraph (a) of 52.212-2 are: Technical and Price. (x) A complete copy of the provision 52.212-3, Offeror Reps and Certifications-Commercial Items shall be included with the quote. (xi) The clause 52.212-4, Contract Terms and Conditions- Commercial Items applies to this acquisition as does the addendum regarding Invoicing Instructions (Page 25 of RFQ 70SBUR25Q00000057). (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items applies to this acquisition as well as the additional FAR clauses cited in FAR 52.212-5: (See Pages 2-10 of RFQ 70SBUR25Q00000057). (xiii) RFQ 70SBUR25Q00000057 is being issued with the intent to make one (1) award. Award will be based on Best Value, in considering the Technical and Price factors. Submission of a complete quote constitutes affirmation of your ability to provide credential verification services in accordance with the criteria outlined in the attached solicitation documents. Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. The Government is requesting maximum additional discounts beyond standard commercial pricing for this the requirement. The quote shall display any discount provided by the contractor and should represent the best possible price that the contractor can provide. In accordance with FAR 22.1009-4(a): (1) The place of performance is the vendor�s facility. Questions will be submitted to the Contract Specialist at: Marianne.Green@uscis.dhs.gov no later than 1 PM ET, Friday, May 2, 2025 to be considered. No telephonic questions will be answered. (xiv) No Defense Priorities and Allocations System rating will be assigned to this solicitation or resulting contract. (xv) To be considered for award, please provide a complete quote on Attachment E � Pricing Spreadsheet provided as part of your submission by email to Marianne Green, Marianne.Green@uscis.dhs.gov, no later than 1 PM ET, Friday, May 9, 2025. Quotes received after 1 PM ET on May 9, 2025 may or may not be considered at the discretion of the Contracting Officer. All emails shall adhere to size limitations of the USCIS firewall which is 10MB per email. (xvi) For information regarding the solicitation, the Contract Specialist � Marianne Green can be reached Marianne.Green@uscis.dhs.gov and the Contracting Officer � Dean Seggay can be reached at Dean.M.Seggay@uscis.dhs.gov Please refer to section xiii for information regarding questions. 17) The place of performance is the vendor�s facility. ATTACHMENTS: Attachment A � Terms and Conditions, 41 pages Attachment B � Information Technology Awareness Training, 1 page Attachment C - Statement of Work, 8 pages Attachment D - Wage Determination, 11 pages Attachment E � Pricing Spreadsheet, 2 pages
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a9f0a88f3014e7f83e909c0dda25a9a/view)
 
Place of Performance
Address: Lees Summit, MO, USA
Country: USA
 
Record
SN07422854-F 20250430/250428230049 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.