Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 02, 2006 FBO #1741
SOLICITATION NOTICE

Q -- Occupational Medical and Physical Fitness Program

Notice Date
8/31/2006
 
Notice Type
Solicitation Notice
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Other Defense Agencies, Washington Headquarters Services, Acquisition and Procurement Office, Acquisition and Procurement Office, Rosslyn Plaza North, Suite 12063 1155 Defense Pentagon, Washington, DC, 20301-1155
 
ZIP Code
20301-1155
 
Solicitation Number
MEDPFPA4707011
 
Response Due
9/13/2006
 
Archive Date
9/28/2006
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial services in accordance with the format in 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. (ii) RFP PFPA4707011 is a combined synopsis/solicitation for commercial services. This combined synopsis/solicitation is issued as a request for proposal (RFP). Submit written offers only, oral offers will not be accepted. All firms or individuals responding must be registered with the Central Contractor Registration (CCR). (iii) This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect In Accordance with the Federal Acquisition Regulations (FAR). Clauses and provisions can be found at: http://farsite.hill.af.mil (iv) This procurement is being issued as a 100% Small Business Set-Aside. North American Industrial Classification Standard: 621999; Small Business Size Standard: $9,000,000.00 (v) This requirement will be for a period of 1 base year and four-one year options. It is for Occupational Medical and Physical Fitness Support for the Pentagon Force Protection Agency (PFPA). All work shall be performed in accordance with the statement of work, quality assurance plan, and deliverable schedule. For administration and accounting purposes, all proposals shall be broken down by two Contract Line Items (CLINS). The format in which each proposal shall be submitted, to include the line item format, can be downloaded from the attachment to this combined synopsis/solicitation. (vi) All inspection and acceptance shall be performed by the Government. The individuals who perform this inspection/acceptance shall include the Contracting Officer or any Contracting Officer?s Representative appointed by the Contracting Officer. (viii) The provision at FAR 52.212-1 Instructions to Offerors?Commercial Items, applies to this acquisition. (ix) The Government intends to award an Indefinite Delivery Indefinite Quantity contract with a Fixed Price List resulting from this combined synopsis/solicitation, and the attached statement of work to the responsible offeror whose offer conforming to the synopsis/solicitation and the statement of work will be most advantageous to the Government, price and other factors considered. The evaluation factors are: 1. Price 2. Past Performance 3. Must have secret clearance at time of award 4. All personnel must speak English 5. Facility Conditions (x) The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The following provisions and clauses apply to this acquisition: FAR 52.247-34 F.o.b. ? Destination; FAR 52.252-2 Clauses Incorporated by Reference; and DFARS 252.232-7003 Electronic Submission of Payment Requests. (xii) The clause at FAR 52.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items, specifically the following clauses cited, are applicable to this solicitation: FAR 52.203-3 Gratuities Offerors must include a completed copy of the provision at: FAR 52.212-3, Offeror Representations and Certifications. (xiii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item, specifically the following clauses cited are applicable to this solicitation: FAR 52.219-6 Notice of Total Small Business Aside; FAR 52.219-8 Utilization of Small Business; FAR 52.219-14 Limitations on Subcontracting; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-3, Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; 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 52.232-18 Availability of Funds; FAR 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim. (xiv) To obtain the statement of work, CLIN proposal structure, facility condition checklist, and all other supporting documentation for this requirement, please downlaod them from the Federal Business Opportunities website. All proposals must be emailed to Mr. Beau Barnett, Contract Specialist, at beau.barnett.ctr@whs.mil no later than 3:00pm eastern standard time, 13 SEP 2006.
 
Place of Performance
Address: Pentagon Force Protection Agency, 9000 Defense Pentagon RM 2E139, Washington, DC
Zip Code: 20301-9000
Country: UNITED STATES
 
Record
SN01132007-W 20060902/060831222335 (fbodaily.com)
 
Source
FedBizOpps 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.