Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2008 FBO #2487
DOCUMENT

R -- Hyperbaric Chamber Operator Support Services - Amendment 1

Notice Date
9/15/2008
 
Notice Type
Amendment 1
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HSW - 311 Human Systems Wing, 8150 Aeromedical Road, Brooks City-Base, Texas, 78235, United States
 
ZIP Code
78235
 
Solicitation Number
F1J5AF10SEP08
 
Response Due
9/18/2008 12:00:00 PM
 
Archive Date
9/26/2008
 
Point of Contact
Phillip Waters,, Phone: 210-536-5977, Ralph Urias,, Phone: 210-536-4401
 
E-Mail Address
phillip.waters@brooks.af.mil, Ralph.Urias@brooks.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
CHANGE DATED 15 SEP 08 ADDED ATTACHMENT FILE "PAST PERFORMANCE QUESTIONAIRE POC CLARIFICATION" WHICH IS TO CLARIFY THE POC FOR SUBMISSION. (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. This announcement constitutes the only solicitation; proposals are being requested (use attached bid sheet) and a written solicitation will not be issued. Alternate proposals are not allowed. The Government intends to evaluate proposals and make award without discussions. (ii) The solicitation number (F1J5AF10SEP08) is issued as a request for proposal (RFP) which will result in a purchase order. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26. (iv) This solicitation is 100% set-aside for small business concerns. The associated NAICS code is 541712, and the size standard is 500 employees. (v) This requirement consists of one (1) line item: 0001 - Hyperbaric Chamber Operator IAW Performance Work Statement, dated 18 August 2008. (vi) Description: The Contractor shall provide hyperbaric chamber operators. Contract personnel shall perform services and support compatible with the medical facility's operating capacity and equipment in accordance with the Performance Work Statement, dated 18 August 2008 (vii) Period of Performance: 12 months from date of award. The place of performance will be the San Antonio Military Medical Campus(SAMMC) Hyperbaric Medicine Center, Wilford Hall Medical Center and at Brooks City-Base, Texas. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this solicitation. (ix) The provision at 52.212-2, Evaluation - Commercial Items, applies to this solicitation. 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. Evaluation procedures outlined in FAR 15.304 shall apply to the acquisition. The following factors shall be used to evaluate offers: (1) Technical capability (2) Past performance and (3) Price. Under Past Performance each offeror will receive one of the following Performance Confidence Assessment ratings: (1) Substantial Confidence - Based on the offeror's performance record, the government has a high expectation that the offeror will successfully perform the required effort (2) Satisfactory Confidence - Based on the offeror's performance record, the government has an expectation that the offeror will successfully perform the required effort. (3) Limited Confidence - Based on the offeror's performance record, the government has a low expectation that the offeror will successfully perform the required effort. (4) No Confidence - Based on the offeror's performance record, the government has no expectation that the offeror will be able to successfully perform the required effort. (5) Unknown Confidence - No performance record is identifiable or the offeror's performance record is so sparse that no confidence assessment rating can be reasonably assigned. Completed past performance questionnaires (attached) shall be submitted to the contracting office (Fax: 210-536-6316) Questionnaires shall be completed by offerors' references. Failure to provide properly completed past performance questionnaires may result in the offer being determined non-responsive. Using past performance questionnaires, the Government will evaluate the quality and extent of offerors' experience deemed relevant to the requirements of the RFP. The Government will consider this information, as well as information obtained from any other sources, to evaluate the offeror's past performacne. Provide a list of at least two (2) and not more than five (5) of the most relevant contracts performed for Federal agencies or commercial customers within the last 3 years. Relevant contracts are defined as those that are similar in nature and magnitude to this requirement as well as the recency of past performance. Recency is defined as contracts for the Federal agencies and commercial customers that have been performed within the last 3 years from this solicitation date. Furnish the following information for each contract referenced: (1) Company/Division Name, (2) Service, (3) Contracting Agency, (4) Contract Number, (5) Contract Dollar Value, (6) Period of Performance, (7) Name, Address, and phone number of the Contracting Officer or person responsible for evaluation of your performance. The contractor certifies that it can meet the period of performance by submitting a proposal. (x) The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this solicitation. The contractor shall be registered in the Online Representations and Certifications Application - ORCA - at http://orca.bpn.gov/. (xi) The provision at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following FAR clauses identified at paragraph b and paragraph c of FAR 52.212-5 are considered checked and are applicable to this acquisition: (b5), (b9), (b15), (b16), (b18), (b19), (b24), and (b36). (xiii) The contract at 52.204-3, Taxpayer Identification, applies to this acquisition. The provision at 52.203-11, Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions, applies to this acquisition. The provision at 52.204-8, Annual Representations and Certifications, applies to this acquisition. The provision at 52.209-5, Certification Regarding Responsibility Matters, applies to this acquisition. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provision at 52.215-5, Facsimile Proposals, applies to this acquisition. The provision at 52.217-5, Evaluation of Options, applies to this acquisition. The provision at 52.219-1, Small Business Program Representations, applies to this acquisition. The provision at 52.222.22, Previous Contracts and Compliance Reports, applies to this acquisition. The provision at 52.222-25, Affirmative Action, applies to this acquisition. The provision at 52.223-13, Certification of Toxic Chemical Release Reporting, applies to this acquisition. The provision at 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration, applies to this acquisition. Any resulting contract will be paid using the Wide Area Work Flow (WAWF) system at https://wawf.eb.mil/. The provision at 52.237-7, Indemnification and Medical Liability Insurance, applies to this acquisition. The provision at 52.252-2, Clauses Incorporated by Reference, applies to this acquisition. The clause at 252.204-7003, Control of Government Personnel Work Product, applies to this acquisition. The clause at 252.204-7004 (Alt A), applies to this acquisition. The clause at 252.225-7000, Buy American Act Balance of Payments Program Certificate (Jun 2005), applies to this acquisition. The clause at 252.243-7001, Pricing of Contract Modifications, applies to this acquisition. The following sub-paragraphs identified within DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, are considered checked and are applicable to this acquisition: DFARS 252.247-7023 (Alternate III); The clause at 252.232-7003, Electronic Submission of Payment Requests, applies to this acquisition. The clause at AF 5352.201-9101 OMBUDSMAN (Aug 2005), applies to this acquisition. Award can only be made to contractors registered in the Central Contractor Registration web page, http://www.ccr.gov. (xiv) The Defense Priorities and Allocation System (DPAS) is not applicable to this acquisition. (xv) Commerce Business Daily numbered note 1 applies to this acquisition. (xvi) The solicitation due date is 18 September 2008, 12:00 PM CST. (xvii) Proposal should include your company's name, address, telephone number, point of contact, DUNS number and Cage code number. Proprietary information should be clearly marked. Wage Determination No. : 2005-2521 (Rev.-6) applies to this solicitation. Packages shall be delivered in electronic format. The electronic format may be in Adobe Acrobat Portable Document Format (PDF) or compatible with Microsoft Office 2000 suite of software. All responses must be emailed to Phillip.Waters@Brooks.af.mil and Ralph.Urias@brooks.af.mil. Please refer all questions regarding this combined synopsis/solicitation to the following points of contact: The assigned Contract Specialist Phillip Waters, email: Phillip.Waters@Brooks.af.mil or phone 210-536-5977, or secondary point of contact is the Contracting Officer, Ralph Urias, email: Ralph.Urias@Brooks.af.mil or phone 210-536-4401.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=32e7d46a9b03e3a653be7a5fc10bb4d0&tab=core&_cview=1)
 
Document(s)
Amendment 1
 
File Name: Past Performance Questionaire POC Clarification (Past_Performance_Questionnaire POC Clarification.doc)
Link: https://www.fbo.gov//utils/view?id=b91a5300947fd18f3f6a7e9172203379
Bytes: 172.50 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: Wilford Hall Medical Center (WHMC) at Lackland AFB and United States Air Force School of Aerospace Medicine (USAFSAM) at Brooks City-Base in Texas, San Antonio, Texas, 78235, United States
Zip Code: 78235
 
Record
SN01670700-W 20080917/080915221037-32e7d46a9b03e3a653be7a5fc10bb4d0 (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.