Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2002 FBO #0164
MODIFICATION

Q -- Army-wide contract for Ancillary Services

Notice Date
5/13/2002
 
Notice Type
Modification
 
Contracting Office
MedCom Contracting Center, ATTN: MCAA C BLDG 4197, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
DADA10-02-R-0014
 
Response Due
5/20/2002
 
Archive Date
6/19/2002
 
Point of Contact
Steven Belk, 210-221-4003
 
E-Mail Address
Email your questions to MedCom Contracting Center
(Steven.Belk@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is Amendment ?A? for Pre-Solicitation notice DADA10-02-R-0014. This requirement is 100% Small Business Set-Aside under NAICS Code 621999. Amendment is issued as a letter amendment. Text may also be downloaded at http://hcaa.medcom.amedd.army.mil/do cs/imap/AmendmentPage0014.doc . Consult the iMAP webpage at http://hcaa.medcom.amedd.army.mil/imap.htm for additional information and document formats helpful in preparing offers. Questions and Answers generated by the Pre-Solicitation are also availabl e at this website and updated regularly. Requirement is for Ancillary Services (including all specialties except Medical Doctors and Doctors of Osteopathy) for the U.S. Army Medical Command and other federal agencies. Refer to previous announcements on F edBizOps for additional information. See Note 1. DEPARTMENT OF THE ARMY U.S. ARMY MEDICAL COMMAND HEALTH CARE ACQUISITION ACTIVITY CONTRACTING CENTER 2107 17th Street, BUILDING 4197 FORT SAM HOUSTON, TEXAS 78234-5015 May 13, 2002 REPLY TO ATTENTION OF Direct Healthcare Provider Branch To All Offerors on Pre-Solicitation DADA10-02-R-0014 This is Letter Amendment ?A? to Pre-Solicitation DADA10-02-R-0014. All offerors must acknowledge receipt of this Amendment by completing the information on enclosure 1 of this letter and submitting it with their offer. If an offeror has already submitted its offer, it must still submit the last page of this letter acknowledging this amendment prior to the current Pre-Solicitation closing date, May 20, 2002. The following amendments are made to this Pre-Solicitation as announced on FedBizOps. Addendum to 52.212-1, SECTION Va (2) is changed in its entirety to read: The offeror shall submit a separate Compensation Plan for each of the sample pricing requirements as the basis of the task order proposal. Compensation Plans shall be submitted in detail for the base contract year. For any option or award-term years, pr ovide only the base wage rate. Addendum 52.212-1, Phase One, Section Vc Ancillary Sample Task Order 3, UNIT: Months is changed to read: UNIT: Hours. Addendum 52.212-1, Phase One, Section Vc Ancillary Sample Task Order 3, paragraph 1.2.4 is changed in its entirety to read: Documentation of training and skills appropriate to the RN, i.e., MedSurg, to include a copy of the nursing skills assessment checklist; results for the medication and competency test. The Profile Packet shall include a description of the nursing license , the licensing state, license number, and expiration date. Addendum 52.212-1, Phase One, Section Vc Ancillary Sample Task Order 3, paragraph 1.3.7 is changed in its entirety to read: Two weeks prior to the end of the month, the schedule for the following month will be provided to the unit manager by the COR or a person designated by the COR. These shifts will follow the shift guidelines in paragraph 1.4.1., and are guaranteed shifts f or the contractor. Ten calendar days after receipt of the schedule, the unit manager (with the guidance of the COR) shall provide a monthly work schedule to the COR or a person designated by the COR. The schedule shall include names, dates, and shifts th e nursing personnel are scheduled to work. Addendum 52.212-1, Phase One, Section Vc Ancillary Sample Task Order 3, Wage Determination statement (follows paragraph 5.5.) is changed to read: Wage determination No. 94-2568 REV (16) Area: WA, Tacoma, is applicable to this task order. An abbreviated version containing only the applicable labor categories is at Enclosure 2. The complete document is available at: http://hcaa.medcom.amedd.army. mil/WageDet94-2568.htm Addendum 52.212-2, Subfactor E3, the existing last sentence is deleted. The following paragraph is added: The use of non-compete conditions in employment agreements (to prevent loss of personnel by the contractor) effective only during the period of task order performance is acceptable. However, the use of non-compete conditions in employment agreements that prevent employees of the incumbent from being employed, or accepting offers of employment, by the new contractor on the follow-on task order is unacceptable. It hinders the government?s ability to accomplish the mission of pr oviding medical care to beneficiaries. Inclusion of such conditions in an employer?s employment agreement will result in an offeror?s offer being unacceptable. Awardees, and their subcontractors, may not include such conditions (preventing employment on the follow-on task order) while performing any task order awarded under this contract. 52.216-4 Economic Price Adjustment (EPA)(DEVIATION), paragraph 1, first sentence is replaced with: Economic Price Adjustment terms will only apply to years three through five and award-term years under the task order. This clause is applicable to all task orders, unless stated otherwise in the task order. 52.216-4 Economic Price Adjustment (EPA)(DEVIATION), paragraph 1. The following is added as the second sentence: A Compensation Plan using the format in Addendum to 52.212-2 is required for task order proposals unless the task order specifies the EPA Clause is not applicable to the task order. 52.216-4 Economic Price Adjustment (EPA)(DEVIATION), paragraph 2, add the following: In the event of a disagreement between the Contracting Officer and the contractor over whether an EPA adjustment will be made, or the amount of such an adjustment, the Contracting Officer will make the final determination. 52.216-4 Economic Price Adjustment (EPA)(DEVIATION), paragraph 3a is replaced in its entirety to read: EPA adjustments per line item will be based on the average wage/salary paid for that line item. The base wage rates submitted with the task order proposal will be the baseline for the adjustment in the year in which the adjustment occurs. When the contr actor requests an adjustment, the contractor must submit a revised compensation plan for the year in which the adjustment is effective and base wage rates for all remaining years. If the Contracting Officer approves the adjustment amount, the contractor w ill submit revised figures reflecting the approved amounts. Performance Based Work Statement, paragraph 1.5.7.1, the following sentence is added: The COR or contract HCP?s supervisor may request contract employees believed to be impaired to submit to government provided drug/alcohol testing. If the employees refuse such testing, the Contracting Officer may request that the contractor replace the in dividual. The following DFARS clause is added: 252.225-7043 Antiterrorism/Force Protection for Defense Contractors Outside the United States ANTITERRORISM/FORCE PROTECTION POLICY FOR DEFENSE CONTRACTORS OUTSIDE THE UNITED STATES (JUN 1998) (a) Except as provided in paragraph (b) of this clause, the Contractor and its subcontractors, if performing or traveling outside the United States under this contract, shall- (1) Affiliate with the Overseas Security Advisory Council, if the Contractor or subcontractor is a U.S. entity; (2) Ensure that Contractor and subcontractor personnel who are U.S. nationals and are in-country on a non-transitory basis, register with the U.S. Embassy, and that Contractor and subcontractor personnel who are third country nationals comply with any secu rity related requirements of the Embassy of their nationality; (3) Provide, to Contractor and subcontractor personnel, antiterrorism/force protection awareness information commensurate with that which the Department of Defense (DoD) provides to its military and civilian personnel and their families, to the extent such information can be made available prior to travel outside the United States; and (4) Obtain and comply with the most current antiterrorism/force protection guidance for Contractor and subcontractor personnel. (b) The requirements of this clause do not apply to any subcontractor that is- (1) A foreign government; (2) A representative of a foreign government; or (3) A foreign corporation wholly owned by a foreign government. (c) Information and guidance pertaining to DoD antiterrorism/force protection can be obtained from: To be cited on task orders. The hour and date specified for receipt of offers for Phase I: Pre-Solicitation remains at 16:00 (4:00 pm), May 20, 2002. All terms and conditions of the Pre-Solicitation remain unchanged. Acknowledged receipt of this amendment is required. If you have any questions, contact CPT Steven Belk at (210) 221-4003 or Steven.Belk@amedd.army.mil or to Maria Moncada at (210) 221-4127 or Maria.Moncada@amedd.army.mil . Sincerely, Maria Moncada Contracting Officer Enclosures Enclosure 1 Acknowledgement of Amendment ?A? to Pre-Solicitation DADA10-02-R-0014 The undersigned, as an authorized representative of the offeror, hereby acknowledges receipt of Amendment ?A? to Pre-Solicitation DADA10-02-R-0014. Firm and Address: _________________________________________________ _________________________________________________ _________________________________________________ Representative Name(s): _________________________________________________ Signature(s): _________________________________________________ Date: _________________________________________________ Return with proposal to this address. If proposal has already been submitted, mail or fax to: MEDCOM Contracting Center ATTN: DADA10-02-R-0014 (Ancillary Services) 2107 17th St., Bldg. 4197 Fort Sam Houston, TX 78234-5015 FAX: (210) 295-4378 Enclosure 2 NOTE: Inapplicable Occupational Titles have been removed from this determination. WAGE DETERMINATION NO: 94-2568 REV (16) AREA: WA,TACOMA WAGE DETERMINATION NO: 94-2568 REV (16) AREA: WA,TACOMA REGISTER OF WAGE DETERMINATIONS UNDER | U.S. DEPARTMENT OF LABOR ---FOR OFFICIAL USE ONLY BY FEDERAL AGENCIES PARTICIPATING IN MOU WITH DOL-- WASHINGTON D.C. 20210 Wage Determination No.: 1994-2568 William W.Gross Division of Revision No.: 16 Director Wage Determinations Date Of Last Revision: 07/13/2001 State: Washington Area: Washington Counties of Lewis, Pierce, Thurston --Fringe Benefits Required Follow the Occupational Listing-- OCCUPATION TITLE MINIMUM WAGE RATE Health Occupations Registered Nurse I 16.09 Registered Nurse II 19.68 Registered Nurse II, Specialist 19.68 Registered Nurse III 23.91 Registered Nurse III, Anesthetist 23.91 Registered Nurse IV 28.65 ALL OCCUPATIONS LISTED ABOVE RECEIVE THE FOLLOWING BENEFITS: HEALTH & WELFARE: Life, accident, and health insurance plans, sick eave, pension plans, civic and personal leave, severance pay, and savings and thrift plans. Minimum employer contributions costing an average of $2.56 per hour computed on the basis of all hours worked by service employees employed on the contract. VACATION: 2 weeks paid vacation after 1 year of service with a contractor or successor; 3 weeks after 5 years, and 4 weeks after 15 years. Length of service includes the whole span of continuous service with the present contractor or successor, wherever e mployed, and with the predecessor contractors in the performance of similar work at the same Federal facility. (Reg. 29 CFR 4.173) HOLIDAYS: A minimum of ten paid holidays per year: New Year's Day, Martin Luther King Jr.'s Birthday, Washington's Birthday, Memorial Day, Independence Day, Labor Day, Columbus Day, Veterans' Day, Thanksgiving Day, and Christmas Day. (A contractor may su bstitute for any of the named holidays another day off with pay in acco rdance with a plan communicated to the employees involved.) (See 29 CFR 4.174) THE OCCUPATIONS WHICH HAVE PARENTHESES AFTER THEM RECEIVE THE FOLLOWING BENEFITS (as numbered): 1) Does not apply to employees employed in a bona fide executive, administrative, or professional capacity as defined and delineated in 29 CFR 541. (See CFR 4.156) -- UNIFORM ALLOWANCE -- If employees are required to wear uniforms in the performance of this contract (either by the terms of the Government contract, by the employer, by the state or local law, etc.), the cost of furnishing such uniforms and maintaining (by laundering or dry cl eaning) such uniforms is an expense that may not be borne by an employee where such cost reduces the hourly rate below that required by the wage determination. The Department of Labor will accept payment in accordance with the following standards as compli ance: The contractor or subcontractor is required to furnish all employees with an adequate number of uniforms without cost or to reimburse employees for the actual cost of the uniforms. In addition, where uniform cleaning and maintenance is made the responsibi lity of the employee, all contractors and subcontractors subject to this wage determination shall (in the absence of a bona fide collective bargaining agreement providing for a different amount, or the furnishing of contrary affirmative proof as to the act ual cost), reimburse all employees for such cleaning and maintenance at a rate of $3.35 per week (or $.67 cents per day). However, in those instances where the uniforms furnished are made of 'wash and wear' materials, may be routinely washed and dried wit h other personal garments, and do not require any special treatment such as dry cleaning, daily washing, or commercial laundering in order to meet the cleanliness or appearance standards set by the terms of the Government contract, by the contractor, by la w, or by the nature of the work, there is no requirement that employees be reimbursed for uniform maintenance costs. --NOTES APPLYING TO THIS WAGE DETERMINATION-- Source of Occupational Title and Descriptions: The duties of employees under job titles listed are those described in the Service Contract Act Directory of Occupations, Fourth Edition, January 1993, as amended by the Third Supplement, dated March 1997, unless otherwise indicated. This publication may be obtained from the Superintendent of Documents, at 202-783-3238, or by writing to the Superintendent of Documents, U.S. Government Printing Office, Washington, D.C. 20402. Copies of specific job descriptions may also be obtained from the appropriate contracting officer. REQUEST FOR AUTHORIZATION OF ADDITIONAL CLASSIFICATION AND WAGE RATE Standard Form 1444 (SF 1444)
 
Place of Performance
Address: MedCom Contracting Center ATTN: MCAA C BLDG 4197, 2107 17TH Street Fort Sam Houston TX
Zip Code: 78234-5015
Country: US
 
Record
SN00076013-W 20020515/020513213320 (fbodaily.com)
 
Source
FedBizOpps.gov 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.