Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2004 FBO #1026
SOLICITATION NOTICE

Q -- Medical Services

Notice Date
9/15/2004
 
Notice Type
Solicitation Notice
 
NAICS
624190 — Other Individual and Family Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-04-R-PMD144
 
Response Due
9/20/2004
 
Archive Date
10/5/2004
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. This requirement is unrestricted, under NAICS Code 624190-size standard not-to-exceed 6 million dollars. The Contractor shall provide technical and management support services for a toll-free tobacco cessation quit line program for all Coast Guard (CG) units in the continental United States (CONUS) and outside the continental United States (OCONUS). For a full copy of the Statement of Work (SOW) contact Connie Mease (via e-mail): cmease@comdt.uscg.mil. The period of performance is 1-year from the date of award with four 1-year options to extend the term of the contract. The place of performance will be the contractor?s facility. Quit line resources shall be available to CG active duty members, their families, reservists, and civilian employees. Contractor support shall include but is not limited to development of the quit line, marketing of the program, quit line administrative maintenance and manning, and program analysis including development of a measurement system. The following Contract Line Items Nos. (CLINS) are applicable: 0001 (base and all option years) - Technical and Management Support Services for a Tobacco Quit Line; 0002 - a. Draft Project Plan (base period), b. Final Project Plan electronic format (base period); 0003 (base and all option year) - Bi-Weekly Progress Report electronic format; 0004 (base and all option years) - Quarterly Reports Showing Utilization Patterns and Cessation Outcomes electronic format ; 0005 (base period) -Draft Evaluation Component (Evaluation Plan) to Assess Treatment Outcomes and Participant Satisfaction electronic format; 0006 (base period) Implementation Plan; 0007 (base and all option years) - Annual Overview Report at Contract Completion Reflecting Utilization Patterns and Cessation Outcomes for all Quit Line Callers electronic format. All CLINS shall be priced. If CLINS are not separately priced indicate NSP. Delivery and acceptance will be FOB Destination. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with CG Standard Workstation III (Windows XP and Microsoft Office Applications). If size restrictions prohibit e-mail delivery of written reports, the Contractor shall deliver the report on disk or hard copy. The solicitation number for this RFP is HSCG23-04-R-PMD144. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular (FAC) 2001-04. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at 52.212-2, Evaluation--Commercial Items, applies to this acquisition. The fill-in for paragraph (a) of the provision is as follows: (i) Technical Capability; (ii) Management Approach and Personnel; (iii) Past Performance; and (iv) Price. The contract award is based on best value. Technical Capability, Management Approach and Personnel shall be in compliance with and show an understanding of the requirements as set forth in the SOW. Considering all factors, technical capability, management approach and personnel, and past performance are of equal importance. Technical approach, management approach/personnel and past performance when combined are significantly more important than price. Technical literature shall be provided on existing quit line. Offerors shall include documentation in their technical proposal to support existing quit line and to document success rate and reliability. Offerors shall provide any marketing materials normally used to advertise their product (e.g., brochures, informational packages, flyers, advertisements, testimonials, and internet sites). Include documentation on maintainability and implementation of the existing quit line and address supportability. Each Offeror will be evaluated on its performance under existing contracts and prior contracts estimated at $100,000.00 for similar services within the last two years. Provide at least 3 references. In conducting the past performance evaluation, the Contract Specialist shall obtain information from Offeror?s references to complete a Past Performance Questionnaire (PPQ). The PPQ will be made available via e-mail upon request. Information provided by the Offeror in its proposal as well as information obtained from other sources may be utilized in evaluating past performance. Verifiable documentation relating to past performance shall be provided. The Government intends to evaluate offers and award a contract without discussions with Offerors; therefore, the initial offer should contain the Offeror?s best terms from a price and technical standpoint. Offerors are advised that the Government reserves the right to conduct discussions if determined by the Contracting Officer to be necessary. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, with their proposal. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items applies, to include: 52.203-6 Restrictions on Subcontractor Sales to the Government (Alternate I), 52.219-9 Small Business Subcontracting Plan (Alternate II), 52.222-3 Convict Labor, 52.222-19 Child Labor?Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.224-1 Privacy Act Notification, 52.224-2 Privacy Act, 52.232-33 Payment by Electronic Funds Transfer, and 52.239-1 Privacy or Security Safeguards. This acquisition is not rated under the Defense Priorities and Allocations System (DPAS). The deadline for submission of offers is 2:00 p.m. local time on Sept 20, 2004. Offerors are encouraged to submit offers electronically cmease@comdt.uscg.mil or by mail to: Commandant (G-ACS-2A/CEM), U. S. Coast Guard Headquarters, 2100 Second St., SW, Rm. 5222, Washington, DC. Questions regarding this acquisition shall be submitted to cmease@comdt.uscg.mil within 1 day after publication of this notice. Any questions regarding this acquisition should be directed to Ms. Connie Mease at the above e-mail address or (202) 267-2502.
 
Record
SN00673675-W 20040917/040915211528 (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.