Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2004 FBO #1116
SOLICITATION NOTICE

Q -- Medical Monitoring of Federal Technicians

Notice Date
12/14/2004
 
Notice Type
Solicitation Notice
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
USPFO for Florida, 189 Marine Street, St. Augustine, FL 32085-1008
 
ZIP Code
32085-1008
 
Solicitation Number
W911YN-05-T-0004
 
Response Due
12/14/2004
 
Archive Date
2/12/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued.Solicitation Number W911YN-05-T-0004 must be referenced in your response. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-25, Effective 5 Oct 2004 & Class Deviation 2004-O0002 and Defense Federal Acquisition Regulation Supplement DCN 20041122 Edition. The Government intends to establish a Blanket Purchase Agreement (BPA) for this item which will be effective for the period of on or about 22 December 2004 through 30 September 2009. This synopsis/solicitation is for small business set-aside. The North American Industry Classification System code for this synopsis/solicitation is 621999 and the associated small business size standard is $8,500,000. Item Name: Medical Monitoring of Federal Technicians. The following are mandatory requirements for this BPA. (a) Perform Monitoring Audiometry Exam (Hearing Test). (b) Perform audiogram in accordance with 29 CFR 1910.95 OSHA standards and DA Pam 40-501. (c) Perform Pulmonary function test in accordance with 29 CFR 1910.120 OSHA standards to allow the wear of respirator. (d) Perform vision screening using TITMUS equipment. (e) Record blood pressure. (f) Record height/weight in inches and pou nds. (g) Provide FLNG with master summary report to include hearing shifts and reestablishment of baselines and pulmonary function results including abnormalities. (h) Company must be compatible with our windows based software programs Occupational Health Manager (OHM) and Defense Occupational and Environmental Health Readiness System (DOEHRS) and be able to provide this data to the Safety and Occupational Health Office. (i) Company must be able to travel to each workplace site on various dates to perform a bove tests. There are 21 workplaces throughout the State of Florida in the following cities: Avon Park, Brooksville, Chipley, Crystal River, Haines City, Jacksonville, Lake City, Miami, Pensacola, Plant City, St. Augustine, St. Petersburg, Sarasota, Star ke, Tallahassee, Tampa, Tavares, Titusville, and West Palm Beach. All services completed under the BPA shall be invoiced monthly. It is imperative that the invoice is received by the end of each month and shall contain the following minimum information: Na me of supplier, BPA number, date of service request, call number, and itemized list of services furnished, quantity, unit price, and extension of each service, date service was provided. The government estimates, but does not guarantee, that number of tech nicians to undergo monitoring will vary from year-to-year, but will average between 250  300 personnel total. The Government is obligated only to the extent of authorized purchases actually made under the BPA. Individual purchases under this BPA are limit ed to $100,000.00 or less. A list of individuals authorized to purchase under this BPA, identified either by title of position or by name of individual, organizational component, and the dollar limitation per purchase for each position title or individual shall be furnished to the provider by the contracting officer. The following provisions and clauses apply to this procurement: FAR 52.204-7, Central Contractor Registration; FAR 52.209-6, Protecting the Governments Interest When Subcontracting with Contrac tors Debarred, Suspended, or Proposed for Debarment; FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212- 3, Offeror Representations and Certifications-Commercial Items, Alternate I; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items Deviation; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Ve terans; FAR 52.222-36, Affirmative Action For Workers With Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42 St atement of Equivalent Rates for Federal Hires (See www.wdol.gov) ; FAR 52.222-43 Fair Labor Standards Act Price Adjustment (Multiple Year and Option Contracts); FAR 52.222-44 Fair Labor Standards Act and Service Contract Act-Price Adjustment; FAR 52.232-3 3, Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-3, Protest After Award; 52.242-15, Stop-Work Order; FAR 52.246-1, Contractor Inspection Requirements; FAR 52.247-34, F.O.B. Destination; FAR 52.252-1, Solicitation Provisio ns incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http://www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.252-2, Clauses incorporated by Reference may be accessed in full text at http://farsite.hill.af.mil, http:/ /www.arnet.gov/far, http://www.dtic.mil/dfars; FAR 52.253-1, Computer Generated Forms; FAR 252-6, Authorized Deviations In clauses; DFARS 252.204-7003, Control of Government Personnel Work Product; DFARS 252.204-7004, Alternate A, Required Central Contract or Registration; Responses to this notice must be received no later than 5:00 p.m. EST, 21 December 2004 at the following address: USPFO for Florida, 189 Marine Street, St. Augustine, FL 32084-5154; emailed to debbie.rice@fl.ngb.army.mil or faxed to (904) 823-0512 to the attention of Debbie Rice. Responses may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Payment Terms, discount offered for prompt payment, and must include the required FAR 52 .212-3 Offeror Representations and Certifications-Commercial items. Additional information: be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registe red you may request an application at (888) 227-2423 or through the CCR website at http://www.bpn.gov. All responsible sources may submit a proposal, which shall be considered by the agency. Evaluation procedures will be based on Best Value using FAR Part 13.
 
Place of Performance
Address: USPFO for Florida 189 Marine Street, St. Augustine FL
Zip Code: 32084-5154
Country: US
 
Record
SN00721132-W 20041216/041214212114 (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.