Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 16, 2003 FBO #0533
SOLICITATION NOTICE

Q -- Non-Personal Services - Orthopaedic Musculoskeletal Tumor Surgical Specialist

Notice Date
5/14/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
N00244 Naval Base 937 North Harbor Drive San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024403R0044
 
Response Due
6/5/2003
 
Archive Date
6/6/2003
 
Point of Contact
Elena Gertes 619-532-2894
 
E-Mail Address
Email your questions to Click here to contact the contract specialist.
(elena_g_gertes@sd.fisc.navy.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION N00244-03-R-0044 is being issued as a Request for Proposals under full and open competition. The applicable NAICS code is 621999. The small business size standard is $8.5 million. 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. A written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 13. This requirement is for Orthopaedic Musculoskeletal Tumor Surgical Specialist services to perform various surgical procedures for patients at the Naval Medical Center San Diego, CA. The proposed contract will be an indefinite delivery, requirements, firm fixed price. The performance period will be a base year and four one-year option years with the base year anticipated to commence 1 October 2003 and expire 30 September 2004. Contact the contract specialist for a copy of the Schedule of Supplies/Services (List of procedures to be performed and priced by offerors),Statement of Work, and Offeror Representations and Certifications-Commercial Items (FAR 52.212-3, Alt 1, APR 2002. The provision entitled Offeror Representations and Certifications is a fill in. All applicable fields must be completed and submitted with your proposal. IMPORTANT: DFARS 252.204-7004 Central Contractor Registration (CCR) is required. Lack of registration in the CCR will make an offeror ineligible for award. The CCR website is http://www.ccr.gov or call 888-227-2423 for more information. THE FOLLOWING PROVISIONS AND/OR CLAUSES ARE APPLICABLE AND AR E HEREBY INCORPORATED INTO THE SOLICITATION EITHER BY REFERENCE OR FULL TEXT. FULL TEXT OF THE CLAUSES CAN BE ACCESSED VIA THE INTERNET AT http://www.arnet.gov or http://farsite.hill.af.mil FAR 52.212-1, Instructions to Offerors - Commercial items (OCT 2000) contains the guidelines for submission of proposals. FAR 52.212-2 Evaluation of Commercial Items (JAN 1999) (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (A) technical capability; (B) past performance and (C) price. Technical capability shall be demonstrated by submitting evidence of the following: (1) a doctorate in Medicine from a college accredited by the Council on Medical Education a nd Hospitals of the American Medical Association or doctorate in Orthopaedic Oncology from a college accredited by the American Orthopaedic Oncology Association ; 2) graduation from or completion of an American residency program in the specialty of Orthopaedic Surgery, approved by the Council of Medical Education and Hospitals of the American Medical Association Subspecialty Fellowship Training in Orthopaedic Oncology; (3) board certification within three years of original eligibility date, or within two cycles of board examinations as offered by the certifying medical specialty board, whichever occurs later. Recertification in the specialty or subspecialty is required as outlined by the certifying board; (4) continuing medical education which maintains skills and knowledge in the medical specialty; (5) current Basic Life Support; (6) a current, unrestricted license to practice medicine from one of the individual states, the District of Columbia, the Commonwealth of Puerto Rico, Guam, or the U.S. Virgin Islands. Foreign national health care providers and U.S. Citizens who are graduates of foreign medical schools and hired by the Department of Defense to provide patient care services independently in a foreign country must maintain a valid, current health care license from the country of residence, and, in the case of foreign medical graduate physicians, must possess an Educational Council for Foreign Medical Graduate (ECFMG) certificate; (7) Indemnification and Medical Liability Insurance Certificate as required by FAR 52.237-7 cited elsewhere in this solicitation. These requirements are also specified in the statement of work. All technical capability documentation/information submitted will be subject to verification. Technical requirements de scribed in (1) through (7) above represent the minimum criteria for a technically acceptable offer. Failure to meet these criteria will render the offer technically unacceptable and the offer will not be considered for award. Only those offerors determined technically acceptable will be further evaluated for past performance and price. For (B) Past Performance, provide data on your two current or most recently completed (not to exceed 3 years since completion) federal government contracts for services that are similar in scope, magnitude and complexity to this requirement. If you do not have federal contracts, you may provide state, local or commercial contracts. Provide the contract number, date of contract, point of contact and telephone number for each referenced contract. In addition, provide a description of the procedures performed under each contract. (C) Pricing: offerors must provide current pricing for each CLIN in the Schedule of Supplies/Services. All CLINs must be priced. Offers that take exception and do not meet the Government's requirement may be determined to be unacceptable and not considered for award. Award will be made to that responsible offeror who meets the technical capability requirements, demonstrates acceptable past performance and offers the lowest price. FAR 52.212-4 Contract Terms and Conditions, Commercial Items (FEB 2002); Addendum to 52.212-4 are incorporated by reference or full text as applicable; 52.216-18 Ordering (OCT 1995)-para. a. fill ins - 1 Oct 2003 through 30 Sep 2004; 52.216-19, Order Limitations (OCT 1995), fill ins are as follows: para. (a), less than 1 procedure, para. (b)(1) ..excess of 2 procedures, para. (b)(2) ..in excess of 4 procedures; para. (b)(3) within 2 days, para. (d) within 2 days; 52.216-21, Requirements (OCT 1995), fill-ins as follows: para. (f) the contract expiration date; 52.247-4 FOB Destination; local clauses 331, Review of Agency Protests (MAR 2000); 332, Unit Prices (OCT 2001); 333, Contractor Operator Cranes (NOV 2001); 52.217-5 Evaluation of Options (JUL 1990);52.217-8 Option to Extend Services (NOV 1999);52.217-9 Option to Extend Term of Contract (MAR 2000);52.232-18 Availability of Funds (APR 1984); 52.237-7 Indemnification and Medical Liability Insurance (JAN 1997), fill ins are as follows: para. (a) for Physicians, $1 million per incident, $3 million annually, for Corporate/ancillary, $1 million per incident, $5 million annually; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2002) applies with the following clauses: 52.203-6 Restrictions on Subcontractor Sales to the Go vernment-Alt I (OCT 1995); 52.219-8 Utilization of Small Business Concerns (OCT 2000); 52.219-9 Small Business Subcontracting Plan (JAN 2002); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26 Equal Opportunity (APR 2002);52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001);52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998);52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era ad other Eligible Veterans (DEC 2001); 52.225-13 Restrictios on Certain Foreign Purchases (JUL 2000); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration;DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003)52.203-3 Gratuities (APR 1984); 252.205-7000 Provision of Information to Cooperative Agreement Holders (DEC 1991);252.219-7003 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan(APR 1996); 252.232-7003 Electronic Submission of Payment Requests (MAR 2003). The following clause is incorporated in full text: INVOICING INSTRUCTIONS AND PAYMENT FOR SERVICES Invoices for services rendered under this contract shall be submitted electronically through Wide Area WorkFlow - Receipt and Acceptance (WAWF). The contractor shall self-register online at https://rmb.ogden.disa.mil. Vendor training is also available online at http://www.wawftraining.com/. The contractor shall select the 2-in-1 invoice within WAWF as the invoice type. The 2-in-1 invoice prepares the Material Inspection and Receiving Report, DD Form 250, and the invoice in one document. Back up documentatio n (such as timesheets, etc.) can be included and attached to the invoice in WAWF. All Microsoft Office document files are attachable to the invoice in WAWF. The following information regarding FISC and NMCSD is provided for completion of the invoice in WAWF: Issuing Office DODAAC: N00244 Administrative Office DODAAC: N00244 Acceptor Office DODAAC: N00259 Local Processing Office DODAAC:N00259 Payment Office DODAAC: N68688 Consistent with the contract terms and conditions, the contractor shall submit invoices in arrears for Government payment processing. Points of contact: WAWF Training and Information: (to be designated after contract award) Invoices: (to be designated after contract award) Submit your proposal and all other required documentation to the Fleet and Industrial Supply Center, San Diego, Attn: Elena Gertes, Code 250 at 937 North H arbor Drive, San Diego, CA 92132-0060
 
Web Link
Click here for the NECO home page.
(http://neco.navy.mil)
 
Record
SN00324207-W 20030516/030514213752 (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.