SOLICITATION NOTICE
R -- Dental support services for the Kentucky National Guard
- Notice Date
- 8/18/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621210
— Offices of Dentists
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Kentucky, USPFO for Kentucky, Boone National Guard Center, Building 120, 120 Minuteman Parkway, Frankfort, KY 40601-6192
- ZIP Code
- 40601-6192
- Solicitation Number
- W900D1-9198-0100
- Response Due
- 8/31/2009
- Archive Date
- 10/30/2009
- Point of Contact
- Diane Hutchinson, 502-607-1390<br />
- E-Mail Address
-
USPFO for Kentucky
(Diane.Hutchinson@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 and a written solicitation will not be issued. This solicitation is issued as a request for proposal(RFP) W900D1-9198-0100. The NAICS is 621210 and small business size standard is $7,000,000.00. This is a total Small Business set-aside. Place of performance will be 2113th Transportation Company, 1800 Joint Force Headquarters, 1800 Clark Street, Paducah, KY 42002. Description of requirement are outlined on the attached statement of work.In accordance with the Performance Statement of Work, the contractor shall provide,all management, labor, material, equipment, certifications and supplies necessary to provide dental treatments and dental record updating. Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors---Commercial, applies to this acquisition. Award will be made based on technical and lowest evaluated price which is acceptable to the government using evaluation procedures found in FAR part 13, Simplified Acquisition Procedures (SAP) under FAR Subpart 13.5 Test Program for Certain Commercial Items. Provision for Evaluation: Award will be made to the contractor whose offer represents the Best Value to the Government with price and technical being equal factors. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award: 1) price; 2) Past Performance. The offeror must demonstrate in the offer the capability to meet all contract requirements through past performance at similar events, either as the prime or major subcontractor, or by identification of key personnel that have past performance experience. The Government intends to evaluate quotes and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offerors initial quote should contain the offerors best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. Contract Line Item Number 1 (CLINs): Dental Treatment CLIN 2: Mobile Van Central Contractor Registration; FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.212-3 Offerors Representations and Certifications - Commercial Items ALT I; FAR 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.232-18, Availability of Funds; FAR 52.233-2, Service of Protest; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the following applicable clauses in paragraph (b): FAR 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans, 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 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.232-36, Payment by Third Party (Notice: Contractor may be paid with Government Visa if requested); FAR 52.222-41 -- Service Contract Act of 1965, as Amended; FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires (see www.wdol.gov for wage determination to be incorporated into contract); FAR 52.224-1 Privacy Act Notification; FAR 52.224-2 Privacy Act; FAR 52.237-7, Indemnification and Medical Liability Insurance (*At least the minimum amounts required in the State of Florida); FAR 52.246-4, Inspection of Services -- Fixed-Price; FAR 52.252-1 Solicitation Provisions Incorporated by Reference (http://farsite.hill.af.mil). (This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as is they were given in full text); DFARS 252.201-7000 Contracting Officer's Representative; DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items; DFARS 252.204-7004 Required Central Contractor Registration Alternate A; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes and Executive OrdersCommercial Items, with the following clauses incorporated by reference; FAR 52.203-3, Gratuities; DFARS 252.205-7000, Provision of Information to Cooperative Agreement Holders; DFARS 252.225-7001, Buy American Act and Balance of Payments Program; 252.232-7003, Note: The full text of a clause/provision may be accessed electronically at: http://farsite.hill.af.mil. Notice: Contractor performance may be evaluated in accordance with policy at FAR 42.1502. Submittal requirements: Offerors shall submit quotations including information required by the applicable provisions which outline the following: 1. Pricing for each Priced CLIN (0001 and 0002) 2. Reasonably available past performance information that is recent and relevant (see 52.212-1). Contractor shall submit no more than Three(3) Past Performance Documents. 3. Proposals must also include completed representations and certifications in the provisions 52.212-3 Alt. I and 252.212-7000, except that 252.212-7000 need not be filled out if the offeror has completed the pertinent representations and certifications in Online Representation and Certifications Application (ORCA) at www.bpn.gov within the past 12 months. Proposals are due by COB 08/31/09. Email offers to: diane.hutchinson@us.army.mil or mail to Diane Hutchinson Contracting Officer, USPFO for Kentucky, Boone National Guard Center, 120 Minuteman Pkwy, Frankfort, KY 40601. Fax offers to (502)607-1424. See attachment for Statement of Work.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA15/W900D1-9198-0100/listing.html)
- Place of Performance
- Address: 2113th Transportation Company 1800 Clark Street Paducah KY<br />
- Zip Code: 42002<br />
- Zip Code: 42002<br />
- Record
- SN01915917-W 20090820/090819000314-84270f798d76324145be174000c3c4df (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 |