Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2009 FBO #2615
SOLICITATION NOTICE

Q -- FLETC Medical Services

Notice Date
1/21/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
09DCL120019
 
Archive Date
2/12/2009
 
Point of Contact
Bettie Hartley, Phone: 301-443-7848
 
E-Mail Address
bettie.hartley@psc.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations/proposals are being requested, and a written solicitation document will not be issued. Solicitation number 09DCL120019 is a request for quotations (RFQ), The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-29. The associated North American Industry Classification System (NAICS) code for this procurement is 621999, with a small business size standard of $10M. The Government intends to negotiate on a sole source basis with CasePro, Inc., 21738 Hardy Oak, Blvd., Suite 105, San Antonio, TX 78258. A DETERMINATION BY THE GOVERNMENT NOT TO COMPETE THIS REQUIREMENT BASED UPON RESPONSES TO THIS NOTICE IS SOLELY WITHIN THE DISCRETION OF THE GOVERNMENT. INFORMATION RECEIVED WILL NORMALLY BE CONSIDERED SOLELY FOR THE PURPOSE OF DETERMINING WHETHER TO CONDUCT A COMPETITIVE PROCUREMENT. Proposals are to be sent electronically to bhartley@psc.gov by Wednesday, January 28, 2009 @ 12:00 PM. STATEMENT OF WORK 1.BACKGROUND FOH is a service unit within the Department of Health and Human Services’ Program Support Center. FOH works in partnership with Federal organizations nationally to design and deliver comprehensive solutions to meet their occupational health needs. Created in 1946 by an amendment to the Public Health Service Act, FOH has more than sixty years of experience providing services exclusively to Federal agencies. In 1984, FOH became fully reimbursable, operating free of congressional appropriations. This means that FOH operates like a business within the government and charges fellow government agencies for the services it provides them. FOH provides occupational health (OH) consultation and stimulates the development of improved OH and safety programs throughout the Federal Government. FOH utilizes a comprehensive approach with a public health perspective and, in alliance with Federal Government agencies, seeks to improve the health and safety of the Federal Government work force. FOH assists Federal Government managers in establishing OH services for Federal employees through the assessment and monitoring of environmental hazards for special classes of employees, appraisal of program compliance with mandated and voluntary OH standards, counseling for employees at risk from alcoholism, drug abuse, stress, or other job-related factors, screening for maintenance of a drug-free workplace, and promotion of employee wellness and physical fitness. FOH is the single largest provider of OH services in the Federal Government, serving more than 360 Federal Government agencies and departments and reaching more than 1.5 million Federal Government employees. FOH provides these services to other Federal agencies under individual 100% reimbursable Economy Act Interagency Agreements. Agreements are negotiated with Federal Government Departments’ and Agencies’ national headquarters, and/or with their regional/local components. Some agreements contain a standard package of OH program components; others contain an array of services and consultations tailored to particular OH or environmental needs. FOH Service Provision Sites (SPSs) include more than 260 FOH Health Centers (OHCs) throughout the United States, and a private provider network (FOHNET), providing comprehensive health and wellness services. 2.PURPOSE The purpose of this acquisition is to provide medical services including the administration of Hepatitis A, B and combo, tetanus, Td, and PPD plus audiograms and venipunctures. These services will be provided to law enforcement agents of Federal agencies who train at FLETC and who have an interagency agreement with FOH. These services must be provided in the Occupational Health Clinic on the campus of the FLETC training facilities at Glynco, GA and Artesia, NM. 3.SPECIFIC TASKS FOH requires the following services to be delivered on the FLETC campuses to law enforcement agents of several customer agencies. The majority will be at the Artesia campus and the rest at the Glynco campus. Hepatitis A vaccination injection only Hepatitis B vaccination injection only Hep A/Hep B combo vaccination injection only PPD - tuberculosis test Td -- Tetanus and diphtheria injection only Tetanus – immunization administration Audiogram Venipuncture without physical exam These services are standard in the medical industry. FOH provides a document called a Workorder that gives more specifics about each item. There is one attached to this SOW as an example. The line items would be the same for each agencies serviced. FOH provides the vaccine and supplies for these from Perry Point. These supplies will be ordered and shipped to the FLETC OHCs. The vendor is bidding on the labor required to administer them to the agents. The services must be provided within the tight time constraints of the agent’s schedule during the training programs offered at FLETC. These services must be provided in a medical clinic that meets all occupational health industry standards for providing screenings and immunizations. The vendor must supply their own method of handling medical waste and other requirements of an occupational health clinic. The forms to capture the results are attached. They must be filled out completely and sent to the FOH Law Enforcement Team in Atlanta per instructions on the Workorder. 4.ORDER TYPE The government intends to award a firm fix price contract. 5.PERIOD OF PERFORMANCE The period of performance shall be the date of award through September 30, 2009 6.LOCATION OF PERFORMANCE The Contractor shall be required to provide the medical services on the campus located at: FLETC Health Unit - Artesia 1300 W. Richie Avenue PT. Bldg Z Artesia, NM 88210 FLETC Health Unit - Glynco 1131 Chapel Crossing Road, Bldg 252 Brunswick, GA 31524 7.GOVERNMENT FURNISHED RESOURCES Government will supply the vaccine and supplies from the HHS Supply and Service Center at Perry Point. 8.AUTHORITIES OF GOVERNMENT PERSONNEL Notwithstanding the Contractor’s responsibility for total management during the performance of this contract, the administration of the contract will require coordination between the Government and the Contractor. The following individuals will be the Government’s points of contact during performance of the contract. 1.Contracting Officer All contract administration shall be done by: Bettie L. Hartley, Contracting Officer, Program Support Center, Division of Acquisition Management, 5600 Fishers Lane, Parklawn Building, Room 5-101, Rockville, MD 20857. Phone: (301)443-6413 Fax: (301)443-8488 All communications pertaining to contractual and/or administrative matters under the contract shall be sent to the address above. Note: The PSC Contracting Officer is the only individual authorized to modify this requirement. 2.Project Officer TO BE COMPLETED UPON AWARD 3.Technical Monitoring Performance of the work under this contract shall be subject to the technical monitoring of the Project Officer. The term “Technical Monitoring” is defined to include, without limitation, the following: Technical directions to the Contractor that redirect the contract effort, shift work emphasis between work areas or assignments, require pursuit of certain lines of inquiry, fill in details or otherwise serve to accomplish the contractual scope of work. Technical direction must be within the general scope of the work stated in the contract. The Project Officer does not have authority to and may not issue any technical direction which: i. Constitutes any assignment of additional work outside the general scope of the contract; ii. Constitutes a change as defined in the contract clause entitled, “Changes”; iii. In any manner causes an increase in the total contract cost or the time required for contract performance; or iv. Changes any of the expressed terms, conditions, or specifications of the contract. All technical directions shall be issued in writing by the Project Officer or shall be confirmed by him/her in writing with five (5) working days after issuance. The Contractor shall proceed promptly with the performance of technical directions duly issued by the Project Officer in the manner prescribed within his authority under this provision. If, in the opinion of the Contractor, any instruction or direction issued by the Project Officer is within one of the categories as defined in (i) through (iv) above, the Contractor shall not proceed, but shall notify the Contracting Officer in writing within five (5) working days after the receipt of any such instruction or direction and shall request the Contracting Officer to modify the contract accordingly. Upon receiving such notification from the Contractor, the Contracting Officer shall issue an appropriate contract modification or advise the Contractor in writing that, in his/her opinion, the technical direction is within the scope of this article and does not constitute a change under the Changes Clause of the contract. The Contractor shall thereupon proceed immediately with the direction given. A failure of the parties to agree upon the nature of the instruction or direction or upon the contract action to be taken with respect thereto shall be subject to the provisions of the contract clause entitled, “Disputes”. 9.INVOICE SUBMISSION The Contractor shall submit, on a monthly basis, to the Division of Acquisition Management, PSC, Parklawn Building, Room 5-101, 5600 Fishers Lane, Rockville, Maryland 20857, referencing the [Contract Number], An ORIGINAL invoice including supporting documentation. The Contractor shall submit, on a monthly basis, to the PSC/Financial Management Service, Division of Financial Operations, Parklawn Building, Room 16A-12, 5600 Fishers Lane, Rockville, Maryland 20857; reference [Contract Number]. The Contractor shall also submit an invoice electronic to the Project Officer. Three (3) copies of invoice including (1) copy of supporting documentation shall be submitted as applicable The Contractor shall include the following minimum information on invoice: a. Contractor's name and invoice date; b. Contract number or other authorization for delivery of property or services; c. Description, price, and quantity of property or services actually delivered or rendered; d. Shipping and payment terms; e. Other substantiating documentation or information as required by the contract; f. Name (where practicable), title, telephone number, and complete mailing address of responsible official to whom payment is to be sent; g. The Internal Revenue Service TAX IDENTIFICATION NUMBER or social security number; and h. Signature of an authorized official certifying the invoice to be correct and proper for payment. 1. Payment shall be made by: PSC/Financial Management Service Division of Financial Operations Parklawn Building, Room 16A-12 5600 Fishers Lane Rockville, Maryland 20857 FOR INVOICE STATUS CALL: (301) 443-3020 Payment by Electronic Funds Transfer Pursuant to FAR 52.232-33, Payment by Electronic Funds Transfer –Central Contractor Registration, payments under this contract shall be made by electronic funds transfer. The Contractor shall register in the Central Contractor Registration database. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. 10. The following provisions apply to this acquisition: A. 52.212-1 Instructions to Offerors—Commercial Items (JUN 2008) B. 52.212-3 Offerors Representations and Certifications—Commercial Items (JUN 2008). Offerors must complete annual representations and certifications on line at http://orca.bpn.gov in accordance with FAR 52.212-3, “Offerors Representations and Certifications—Commercial Items.” If an offeror has not completed the annual representations and certifications electronically at the ORCA Web site, the offeror shall complete only paragraphs (c) through (m) of this provision. C. 52.212-4 Contract Terms and Conditions—Commercial Items. (Oct 2008) The following clauses apply to this acquisition: D. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items. (Oct 2008) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.219-3, Notice of Total HUBZone Set-Aside (Jan 1999) (15 U.S.C. 657a). __ (3) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JULY 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (4) [Reserved] __ (5)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (6)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (7) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). __ (8)(i) 52.219-9, Small Business Subcontracting Plan (Apr 2008) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (9) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). __ (10) 52.219-16, Liquidated Damages—Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (11)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (12) 52.219-25, Small Disadvantaged Business Participation Program—Disadvantaged Status and Reporting (Apr 2008) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (13) 52.219-26, Small Disadvantaged Business Participation Program— Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). __ (15) 52.219-28, Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)). X__ (16) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X__ (17) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). _X_ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (19) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). __ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (21) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). __ (22) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (23) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). _X_ (24)(i) 52.222-50, Combating Trafficking in Persons (Aug 2007) (Applies to all contracts). __ (ii) Alternate I (Aug 2007) of 52.222-50. __ (25)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). __ (26) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (27)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. __ (28) 52.225-1, Buy American Act—Supplies (June 2003) (41 U.S.C. 10a-10d). __ (29)(i) 52.225-3, Buy American Act—Free Trade Agreements—Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (30) 52.225-5, Trade Agreements (NOV 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (31) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (32) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (33) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (34) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (35) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X_ (36) 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (37) 52.232-34, Payment by Electronic Funds Transfer—Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (38) 52.232-36, Payment by Third Party (May 1999) (31 U.S.C. 3332). __ (39) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (40)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Multiple Year and Option Contracts) (Nov 2006) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act—Price Adjustment (Feb 2002) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services—Requirements (Nov 2007) (41 U.S.C. 351, et seq.). __ (7) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records—Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor’s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settelement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in paragraphs (i) through (vii) of this paragraph in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause— (i) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (ii) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (iii) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). (iv) 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). (v) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201). (vi) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (vii) 52.222-50, Combating Trafficking in Persons (Aug 2007) (22 U.S.C. 7104(g)). Flow down required in accordance with paragraph (f) of FAR clause 52.222-50. (viii) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (x) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=837d0618c0ef35df8dd4d4886afd8688&tab=core&_cview=1)
 
Place of Performance
Address: FLETC Health Unit - Artesia, 1300 W. Richie Avenue PT. Bldg Z, Artesia, NM 88210, FLETC Health Unit - Glynco, 1131 Chapel Crossing Road, Bldg 252, Brunswick, GA 31524, United States
Zip Code: 31524
 
Record
SN01735940-W 20090123/090121220320-837d0618c0ef35df8dd4d4886afd8688 (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.