SOLICITATION NOTICE
Q -- Periodic health assessments for the Virginai Army National Guard during January and February 2010.
- Notice Date
- 12/9/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621498
— All Other Outpatient Care Centers
- Contracting Office
- USPFO for Virginia, Building 316, Fort Pickett, Blackstone, VA 23824-6316
- ZIP Code
- 23824-6316
- Solicitation Number
- W912LQ-10-R-0001
- Response Due
- 12/22/2009
- Archive Date
- 2/20/2010
- Point of Contact
- Susan Quinn, 434-298-6293
- E-Mail Address
-
USPFO for Virginia
(susan.quinn@us.army.mil)
- Small Business Set-Aside
- N/A
- 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 is a combined synopsis/solicitation for nonpersonal health care services as defined in FAR 37-101, under which the provider is an independent contractor. This announcement constitutes the only solicitation and is supplemented with additional information included in this notice; proposals are being requested; a written solicitation is attached for ease in submitting an offer only. The solicitation number as shown in this announcement is a Request for Proposal (RFP) W912LQ-10-R-0001. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-37. This RFP is being issued as unrestricted; small businesses are encouraged to respond under NAICS 621498. A firm fixed priced contract will be awarded. The contractor will provide on site health assessments via mobile medical units to various locations across the state of Virginia for approximately 1,760 Virginia Army National Guard personnel. Some personnel will receive comprehensive exams; others will receive limited testing based on sex, age, occupation, etc. The contractor agrees to provide all personnel to perform physical exams to ensure soldiers meet the standards in accordance with Army Regulation 40-501, Standards of Medical Fitness. The VaARNG guarantees payment of 80% of projected quantities. The contractors offer shall include a quality control plan describing the contractors understanding of the governments needs and how the contractor proposes to meet those requirements. Submittal is also to include a description of past performance conducting periodic health assessments in a military environment. Contractor will provide a listing of at least three points of contact by name, organization, telephone number and email address. Vendor must have Common Access Cards and MEDPROS access in order to comply with this statement of work. Pricing is to be per soldier for the three levels of testing: Periodic Health Assessments, Soldier Readiness Processing and Soldier Readiness Check. In addition, pricing will be tiered in increments of 100, i.e. 1-100, 101-200, 201-300, etc. The government will only pay for those tests actually administered, plus or minus the 20% variation in quantity. As part of their proposal, the contractor shall provide a statement of capabilities with its submittal describing the contractors understanding of the governments needs and how the contractor proposes to meet those requirements. In addition, the bid proposal is to include the following: copies of physicians certification/license(s), resumes of its personnel, and a written description with photos of the self-contained mobile unit(s) that will be used to fulfill this service. Submission of brochures for mobile units is permitted and encouraged, provided the brochures provide relevant information and adequately demonstrate the offerors ability to meet the requirements of the SOW. Also required in the proposal is proof of medical liability insurance to the limit established. Offerors are cautioned to submit enough information to enable the Government to fully ascertain each offerors capability to perform all of the requirements of this solicitation. If any of the above listed items are not included, the proposal will be considered technically non-compliant. Award will be made to the most advantageous offer to the government, price and other factors considered. The following factors shall be used to evaluate offers: quality assurance (a senior level person with CAC access to oversee data input), ability to input data within the allotted 15 calendar day time period, onsite project management, configuration of mobile medical units including layout, amenities, a dedicated waiting area, etc, the ability to process hearing profiles for H2 and H3 soldiers. Past performance and price will also be considered. Contractors must be registered in the Central Contractor Registration to be awarded a Federal Government contract. Registration can be accomplished at www.ccr.gov. The Government may evaluate the quality of the professional and administrative services provided by the contractor, but retains no control over the medical, professional aspects of services rendered. The contractor is required to indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance. The contractor is required to maintain medical liability insurance in a coverage amount not less than $2 million per occurrence. In addition, any subcontracts for provisions of health care services must contain the requirements for clause 52.237-7. ***The following provisions apply to this solicitation: FAR 52.212-1 Instructions to Offerors Commercial Items, and the provisions at 52.212-3 Alt. I Offeror Representation and Certifications Commercial Items, and 252.225-7000 Buy American Act Balance of Payments Program Certificate. The following provisions apply also: 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist County, 52.216-1 Type of Contract, 52.217-5 Evaluation of Options, 52.233-2 Service of Protest, and 52.252-1 Solicitation Provisions Incorporated by Reference. The following clauses apply to this solicitation: 52.211-16 Variation in Quantity, 52.212-4 Contract Terms and Conditions Commercial Items. 52.212-5 Executive Orders Commercial Items, with the following clauses marked: 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government Alternate I, 52.219-8 Utilization of Small Business Concerns, 52.219-9 Alt II Small Business Subcontracting Plan Alternate II, 52.219-14 Limitations on Subcontracting, 52.219-16 Liquidated Damages Subcontracting Plan, 52.219-28 Post-Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52-222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees, 52.225-13 Restrictions on Certain Foreign Purchases, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.232-36, Payment by Third Party, 52.222-41 Service Contract Act, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.222-44 Fair Labor Standards Act and Service Contract Act Price Adjustment. The following clauses also apply: 52.217-7 Option for Increased Qty Separately Priced Line Item, 52.229-3 Federal, State and Local Taxes, 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses marked: 52.203-3 Gratuities, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.204-7000 Disclosure of Information; 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A Central Contractor Registration, 252.225-7001 Buy American Act and Balance of Payments Program, 252.225-7012 Preference for Certain Domestic Commodities, 252.226-7001Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns, 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports, 252.243-7002 Requests for Equitable Adjustment, 252.243-7001 Pricing of Contract Modifications, 252.246-7000 Material Inspection and Receiving Report, 252.247-7023 Transportation of Supplies by Sea; 252.247-7024, Notification of Transportation of Supplies by Sea. The following clauses also apply to this solicitation: 52.204-4 Printed or Copied Double-Sided on Recycled Paper, 52.204-7 Central Contractor Registration, 52.208-9 Contractor Use of Mandatory Sources of Supply or Services, 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment, 52.217-6 Option for Increased Quantity, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.223-5 Pollution Prevention and Right-to-Know Information, 52.228-5 Insurance - Work on a Government Installation, 52.237-2 Protection of Government Buildings, Equipment and Vegetation, 52.237-7 Indemnification and Medical Liability Insurance, 52.242-13 Bankruptcy, 52.253-1 Computer Generated Forms, 252.201-7000 Contracting Officers Representative, 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7004 Required Central Contractor Registration, 252.223-7006 Prohibition On Storage and Disposal of Toxic and Hazardous Materials, 252.232-7010 Levies on Contract Payments, 52.252-2 Clauses Incorporated by Reference and 52.252-6 Authorized Deviation in Clauses. Clauses and provisions may be viewed in full text through Internet access at FAR site http://farsite.hill.af.mil. Vendors must be registered in the Central Contractors Registration (CCR); for more information on CCR visit the webpage at www.ccr2000.com. It is the offerors responsibility to monitor this site for the release of amendments (if any). Interested parties must submit any questions in writing using the attached Request for Information (RFI) form to the Contracting Officer listed below, by fax or email. Quotations and amendments (if any) must be signed, dated and submitted in writing, by fax or email by 4:00 p.m. Eastern Standard time on Tuesday, 22 December 2009 to USPFO-P, Bldg. 316, Fort Pickett, Blackstone, VA 23824, attn: Susan Quinn, Contract Specialist, or fax 434-298-6202, email susan.quinn@us.army.mil. *** NAICS 621498 Sales $10 million ***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA44/W912LQ-10-R-0001/listing.html)
- Place of Performance
- Address: USPFO for Virginia Building 316, Fort Pickett, Blackstone VA
- Zip Code: 23824-6316
- Zip Code: 23824-6316
- Record
- SN02019825-W 20091211/091209234531-0825e93bac6edbb7250dafae0715c59c (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 |