Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2005 FBO #1335
SOLICITATION NOTICE

U -- Training Vietnamese Physicians in HIV Medical Management and Treatment, The Center of Excellence in Disaster Management and Humanitarian Affairs Medical Unit

Notice Date
7/21/2005
 
Notice Type
Solicitation Notice
 
Contracting Office
Minerals Management Service GovWorks (Franchise) 381 Elden Street, MS 2500 Herndon VA 20170
 
ZIP Code
20170
 
Solicitation Number
1435-04-05-RQ-42803
 
Response Due
8/19/2005
 
Archive Date
7/21/2006
 
Small Business Set-Aside
N/A
 
Description
Title: Training Vietnamese Physicians in HIV Medical Management & Treatment NAICS Code: 611710 Educational Support Services Product Code: U Education and Training PLEASE READ THIS ENTYIRE NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE ISSUED. This is a combined synopsis/solicitation for modified-commercial items prepared under FAR Part 13.5 Test Program for Certain Commercial Items, and prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this request. This announcement constitutes the only solicitation. Proposals are being requested and this announcement constitutes the solicitation request. This requirement is being issued by GovWorks under the Department of the Interior Franchise Fund on behalf of The Center of Excellence (COE) in the Disaster Management and Humanitarian Affairs (DMHA) Medical Unit. Commercial items FAR Clauses 52.212-1 Instructions to Offerors-Commercial Items, 52.212-2 Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items, apply to this solicitation, and may be found as an attachment to this announcement and at http://www.govworks.gov/vendor/csolicit.asp. Note: FAR 52.212-1 and FAR 52.212-2 are incorporated into this announcement. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items: Contractors may submit their online Representations and Certifications Application (ORCA) at the following government portal: http:orca.bpn.gov. GovWorks Procurements will handle the solicitation and resultant contract administration as well as payment of invoices. GovWorks is a Federal Franchise Fund Contracting Office under the authority of Government Management Reform Act and provides contracting support to all Federal and DoD agencies. The successful Offeror will be required to complete electronic banking information electronic payments, and all vendors must be registered in CCR, effective October 1, 2003 to receive government contractors - http://www.ccr.gov. All responsible and responsive offers to this solicitation will be considered by the Agency. Due Date Information: The due date for responses to this RFQ, both technical and cost, shall be via electronic submission to judy.grant@mms.gov on or before August 19, 2005, 2:00 pm Eastern Standard Time. All inquiries must be via email and all questions and responses will be posted to the FEDBIZOPPS Web Site as an amendment to this original announcement. Questions concerning this solicitation MUST be submitted no later than August 5, 2005, 2:00 pm Eastern Standard Time. Objective: The contractor shall devise a Vietnamese Physicians in HIV Medical Management & Treatment Training Program based upon the current best evidence and expert opinion to: improve the HIV, AIDS, Sexually Transmitted Infections (SIT) care, treatment and prevention capacity for the Vietnam People's Army (VPA), with financial support from the Fiscal Year 04 President's Emergency Plan for AIDS Relief, the medical unit for the Center of Excellence in Disaster Management and Humanitarian Affairs seeks to collaborate and enter into a contract with a medical institution or teaching facility to provide the following technical expertise and training. 1. To assist in the development of HIV/AIDS treatment and care programs designed to provide optimal care of individuals affected by HIV/AIDS. 2. To construct a modular curriculum encompassing the full spectrum of clinical HIV care/management issues. 3. To train Vietnamese military physicians and other medical personnel in the medical management of HIV-infected patients through courses and consultation (visiting physicians). 4. To assist the COE-DHMA and VPA in the evaluation of program effectiveness and in the assessment of program impact by PEPFAR indicators. The Government anticipates that there will be a mix of Firm Fixed Price and Time and Materials tasks and reserves the right to award without discussions. The independent Government cost estimate for this project is based on deliverables required to fulfill performance requirements. TYPE OF CONTRACT: Firm Fixed Price DESTINATION INFORMATION: Service Contract DELIVERY TYPE: All deliveries under this contract will be FOB Destination. DELIVERY SCHEDULE. Period of Performance will begin within 10 business days of Award. ANTICIPATED AWARD DATE: No earlier than August 22, 2005 - No later than August 31, 2005 SUBMISSION REQUIREMENT: Vendor shall provide a written price quote and technical proposal in response to this solicitation. All offerors MUST submit with their quote a completed and filled out Offeror Representations and Certifications-Commercial Items (FAR 52-212-3) - this may be downloaded from the GovWorks website at : http://www.govworks.gov/vendor/csolicit.asp. If your Certs and Reps are registered on the ORCA site, your proposal MUST indicate the Certs and Reps are located on the ORCA site. Your Price Quote MUST include the following Information A) Tax identification number (TIN) B) Dun & Bradstreet Number (DUNS) C) Complete Business Mailing Address D) Contact Name E) Contact Phone F) Contact Fax Number G) Contact email address H) Pricing in accordance with current market rates for comparable service. I) Quote must reflect any and all discounts provided. 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2005) (a) North American Industry Classification System (NAICS) Code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show-- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include other documents, if necessary; (5) Costs and any discount terms; (6) "Remit to" address, if different than mailing address; (7) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (8) Acknowledgment of Solicitation Amendments; (9) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar service and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (10) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions or commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designed for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined to by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1)(i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section, Suite 8100 470 East L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925 Facsimile (202) 619-8978. (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issues this solicitation, a single copy of specifications, standards and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) The DOD Index of Specifications and Standards (DODISS) and documents listed in it may be obtained from the: Department of Defense Single Stock Point (DoDSSP) Building 4, Section D 700 Robbins Avenue Philadelphia, PA 19111-5094 Telephone (215) 697-2667/2179 Facsimile (215) 697-1462. (i) Automatic distribution may be obtained on a subscription basis. (ii) Order forms, pricing information, and customer support information may be obtained-- (A) By telephone at (215) 697-2667/2179; or (B) Through the DoDSSP Internet site at http://dodssp.daps.mil. (3) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to all offers exceeding $25,000, and offers of $25,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database.) The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR subpart 32.11) for the same parent concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the internet at http://www.dnb.com. An offeror located outside the United States must contact the local Dun and Bradstreet office for a DUNS number. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the rationale for award. (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision) 52.212-2 EVALUATION--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. Each Offeror's submission is evaluated according to the factors shown below. Factors A, and B are roughly equal to each other and factor C is less important. A) Technical capability to meet the Government Requirement B) Past Performance C) Price Note, do these factors and language (from GovWorks GSA eval) apply to your solicitation, if not adjust them accordingly. Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost; however, between offerss that are evaluated as technically equal in quality, cost will become a major consideration in selecting the successful Offeror. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=MM143501&objId=261028)
 
Record
SN00852135-W 20050723/050721212444 (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.