Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2008 FBO #2478
DOCUMENT

R -- After Hourse Nurse Triage Answering Service - Nurse Triage Statement of Work

Notice Date
9/6/2008
 
Notice Type
Nurse Triage Statement of Work
 
NAICS
561421 — Telephone Answering Services
 
Contracting Office
Department of the Air Force, Air Mobility Command, 437th CONS, 101 E. Hill Blvd, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
F1M4X18185A004
 
Archive Date
10/1/2008
 
Point of Contact
Walter J Gordon, Phone: 843-963-5160, Jacqueline Brown,, Phone: (843) 963-5857
 
E-Mail Address
walter.gordon@charleston.af.mil, jacqueline.brown@charleston.af.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
COMBINED SYNOPSIS - SOLICITATION FOR COMMERCIAL ITEMS (IAW FAR 12.603 (c)) (i) 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. FAR 13.5 applies. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is F1M4X18185A004 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (iv) This acquisition is 100% set-aside for Service Disabled Veteran Owned small businesses. The associated NAICS code is 561421 with an $6.5 million size standard. (v) Contractors shall submit a proposal for After Hours Nurse Triage Services. All responsible sources may submit a proposal, which shall be considered. (vi) After Hours Nurse Triage Services on Charleston Air Force Base, South Carolina. (See attached statement of work and Request for Quote Sheet) (vii) Base performance period is 22 Sep 08-21 Sep 09 and (4) Twelve Month Option Periods. (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award: (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil) FAR 52.212-1, Instructions to Offerors-Commercial (ix); FAR 52.212-2 Evaluation-Commercial Items Evaluation. The Government will award a contract resulting form 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: 1.Technical capability of the item offered to meet the Government requirement. 2. Price- The Government will evaluate offers for award purposes or the total price for the requirement. 3. Past Performance. Technical and performance factors, when combined, are significantly more important than price. If the lowest priced evaluated responsible offer is judged to have an exceptional performance risk rating, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers. Offerors shall provide 3-5 references of your most recent projects. (x) Contractors shall include a completed copy of FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov. (xi) FAR 52.212-4 Contract Terms and Condition-Commercial Items; (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUN 2008) (Deviation) are incorporated by reference, however, the following clauses apply; (mandatory clauses; FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.232-33 -Payment by Electronic Funds Transfer--Central Contractor Registration; 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. (xiii) The following additional clauses are applicable to this procurement. •FAR 52.217-5, Evaluation of Options • FAR 52.217-8, Option to Extend Services, Clause fill-in is 15 days • FAR 52.217-9, Option to Extend the term of the Contract, Paragraph "a" is annotated as 15 days & 60 days respectively. Paragraph "c" is annotated as 60 or 66 months (see 52.217-8 above). •FAR 52.219-14, Limitations on Subcontracting •FAR 52.219-27 Notice of Total Service Disabled Veteran-Owned Small Business Set Aside •FAR 52.219-28, Post Award Small Business Representation • FAR 52.222-41 Services Contract Act of 1965 and Wage Determination # 2005-2473 (Rev.7) •FAR 52.222-42 Statement of Equivalent Rates for Federal Hires • 52.222-50, Combating Trafficking in Persons. • FAR 52.225-13, Restrictions on Certain Foreign Purchases •Unless exempt pursuant to 23.204, insert the clause at 52.223-15, Energy Efficiency in Energy-Consuming Products, in solicitations and contracts when energy-consuming products listed in the ENERGY STAR® Program or FEMP will be-(a) Delivered;(b) Acquired by the contractor for use in performing services at a Federally-controlled facility;(c) Furnished by the contractor for use by the Government; or (d) Specified in the design of a building or work, or incorporated during its construction, renovation, or maintenance. •DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/ or call 1-800-334-3414). • DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate • DFARS 252-225.7001, BAA - Balance of Payments Program • DFARS 252.225-7002, Qualifying Country Sources as Subcontractors • DFARS 252.232-7003, Electronic Submission of Payment Requests • DFARS 252.246-7000, Material Inspection And Receiving Report • AFFARS 5352.201-9101, Ombudsman (IAW 5301-9103); complete paragraph c as follows: Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Dr., Scott AFB, IL, 62225-5022, (618) 229-0267, fax (618) 256-6668, e-mail: Michael.jackson@scott.af.mil. • AFFARS 5352.223-9001, Health and Safety on Government Installations • AFFARS 5352.242-9000, Contractor Access to Air Force Installations (xiv) Defense Priorities and Allocation System N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 16 Sep 08 no later than 2:00 PM Eastern Standard Time. Requests should be marked with solicitation number F1M4X18185A004 (xvi) Address questions to Walter Gordon, Jr,Contract Specialist, at (843) 963-5160, fax (843) 963-5183, Walter.Gordon@charleston.af.mil or Jacqueline Brown, Contracting Officer, Phone (843) 963-5857, email Jacqueline.Brown@charleston.af.mil. For more opportunities, visit http://www.selltoairforce.org, under LRAE Procurement Forecast and http://www.sba.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=dfef0fa9fcd88bc0d684d4fb2a11dd15&tab=core&_cview=1)
 
Document(s)
Nurse Triage Statement of Work
 
File Name: After Hours Nurse Triage Statement of Work (After Hours Triage Answering Service-SOW.doc)
Link: https://www.fbo.gov//utils/view?id=68e8cef353ab900056ddb4e9375bdef4
Bytes: 138.50 Kb
 
File Name: After Hours Nurse Triage Request For Quote Sheet (Nurse Triage RFQ.doc)
Link: https://www.fbo.gov//utils/view?id=1fc5ec0f1485ce80e4bae8ba0d7d0c9f
Bytes: 35.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Charleston AFB, SC, Charleston AFB, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN01662312-W 20080908/080906214337-dfef0fa9fcd88bc0d684d4fb2a11dd15 (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.