SOLICITATION NOTICE
Q -- Medical Support Services for the GA ARNG
- Notice Date
- 2/17/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- USPFO for Georgia, P.O. Box 17882, Atlanta, GA 30316-0882
- ZIP Code
- 30316-0882
- Solicitation Number
- W912JM-10-T-0006
- Response Due
- 3/15/2010
- Archive Date
- 5/14/2010
- Point of Contact
- Karina Espinosa, 678-569-6216
- E-Mail Address
-
USPFO for Georgia
(karina.espinosa@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. The USPFO for GEORGIA intends to establish a BLANKET PURCHASE AGREEMENT (BPA) to fulfill its requirement for Medical Support Services. This Combined Synopsis/Solicitation is prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Proposals are being requested and this solicitation, W912JM-10-T-0006 is being issued as a Request for Proposal (RFP). This procurement is total small business set aside. The NAICS code is 621111 with a size standard of $10.0 Million. The following commercial services are being requested in this solicitation; Medical Support Services as detailed in the attached Performance Work Statement (PWS). Offerors shall submit a pricing schedule for the requested support services detailed in Section 5 of the Performance Work Statement that will be incorporated into the awarded Blanket Purchase Agreement. The Governments intent is to establish the awarded BPA for a period of five years; however the agreement shall be reviewed annually to determine its ongoing need. The Government estimates, but does not guarantee, that the volume of purchases through this agreement will be $100,000 annually. The Government is obligated only to the extent of authorized purchases actually made under this BPA. The BPA will not obligate any funds. Funds will be obligated by the individual CALLS made against the BPA. There will be no minimum purchase required under this BPA. It is the responsibility of the interested parties to review this site and the National Guard Contracting website (www.nationalguardcontracting.org) frequently for any updates / amendments to any and all documents. No individual notification of any amendments will be provided. This solicitation will close on 15 March 2010, 0900 EST. The following provisions and clauses apply to this acquisition: Clause 52.212-1, Instructions to OfferorsCommercial Items SUBMISSION REQUIREMENTS: The offerors proposal must be submitted in three separate volumes: 1. Technical proposal 2. Past Performance 3. Price proposal. Each of the parts shall be separate and complete so that evaluation of each may be accomplished independently. To ensure unbiased source selection, please do not make reference or indicate company identification in the Technical and Past Performance submission. Company information may be submitted as an additional fourth volume if desired. 1. Technical Proposal. Offerors are required to submit a comprehensive and complete technical proposal that demonstrates their ability to perform the work described in the Performance Work Statement (PWS). Offerors are cautioned to be responsive to all of the requirements of the PWS and provide sufficient information to allow evaluation of the proposals as listed in the Solicitation and this Synopsis. The technical proposal must be succinct, well written and presented in a clear straightforward manner in an 8.5 x 11 format. Absolutely No pricing information shall be included in the Technical proposal. For ease of evaluation, offerors are to submit the technical proposal organized into the following three parts: A. Plan of Action and Statement of Understanding. The offeror must submit a plan of action and statement of understanding in two (2) parts: a) Plan of Action--The offeror shall present a plan of action that describes the performance of the project. This should demonstrate the ability to perform the tasks that are required in the PWS. b) Statement of Understanding--The offeror shall submit a brief statement that demonstrates that he understands the mission statement and objectives the Government has established for Physician Support Services. This cannot be a repeat or mere summary of the materials provided in this RFP, but rather the offerors statement of his understanding of that work. Part 2 is expected to be no more than two (2) pages in length. B. Personnel Staffing / Production Capabilities. The offeror shall identify all staff as appropriate. Offerors must submit brief profiles of the team, if applicable, which they propose to assign to the services. The submission should describe the capabilities, certifications and skills of each member. C. Management Plan / Quality Control. Submit a management plan that briefly explains how the team is organized to respond to the needs described for the services. The offeror should identify the overall effort proposed by the company as it relates to other work in which the company may be engaged. Key personnel should be identified along with each members contribution to the project, as well as their commitment to other work underway or planned. Include a simple staffing/organization chart that identifies the various team members and their position on the team. In the Quality Control (QC) plan, include a description of how quality, timeliness and budgets shall be tracked and controlled, and the method of interaction and reporting to the Government. 2. Past Performance. The offeror must demonstrate, through past performance, ability to perform the work described in this RFP for the Cabling Infrastructure Installation. This is done by showing that they have met creative expectations, successfully executed design development and project management, possess fabrication and installation skills and capabilities, and have been on time and on budget with past projects. Submit at least three (3) and not more than six (6) project samples of similar scope and magnitude described as follows: a) A brief narrative about the project, no more than three (3) pages, containing but not limited to the following: project title, purpose, client name and phone number, completion date, staff involved, budget and any additional relevant information. 3. Price Proposal. Proposals shall contain all the cost information and will be used to evaluate the completeness, realism, and reasonableness of the cost numbers. The cost proposal must include all costs required to perform the work under this contract. Please identify the method of pricing you will use for the price schedule, such as for each type of service (phlebotomy, vision screening, reports), hourly, daily, per soldier, etc. Clause 52.212-2 Evaluation Factors Quotes will be evaluated and a contract will be awarded to the offeror who offers the best value in accordance with the following evaluation factors for this requirement. 1. Technical 2. Past Performance 3. Price A contract will be awarded to the offeror who offers the best value in accordance with the following evaluation factors for this requirement; Technical, Past Performance, and Price. Technical combined with Past Performance is significantly more important that price however due to funding constraints price is still an important factor. Technical will carry a weight of 40% Past Performance will carry a weight of 35% Price will carry a weight of 25%. The Government will award a BPA resulting from this solicitation to the responsible offeror or offerors whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government reserves the right to award multiple BPAs or on an all or none basis. The following provisions and clauses apply to this acquisition. The provision at FAR 52.212-3, Offeror Representations and CertificationsCommercial Items, and the offeror must include a completed copy of this provision with their proposal. The clauses at FAR 52.212-4, Contract Terms and ConditionsCommercial Items; FAR 52.212-5 (Dev), Contract Terms and Conditions Required to Implement Statutes of Executive OrdersCommercial Items. Specifically, the following clauses cited are applicable to this solicitation: DFARS 252.204-7004, required Central Contractor Registration; DFARS 252.225-7001, Buy American Act and Balance of Payment Program. All firms must be registered in the Central Contract Registration database at www.ccr.gov and all responsible proposals shall be considered for award All proposals must be submitted in writing to: Karina Espinosa, Contract Officer 935 East Confederate Ave SE Bldg 3, Room 141 Atlanta, GA 30316 Or by email to: karina.espinosa@ga.ngb.army.mil All proposals must be submitted no later than 15 March 2010, 0900 EST. All questions/inquiries must be addressed to the Contracting Officer in writing. Telephone inquiries will not be accepted nor will responses be received after 15 March 2010, 0900 EST.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA09/W912JM-10-T-0006/listing.html)
- Place of Performance
- Address: GA_ARNG Various Locations throughout State Ellenwood GA
- Zip Code: 30294
- Zip Code: 30294
- Record
- SN02067726-W 20100219/100217235430-d355fe5a76af6518ce8c2e56f95a2f08 (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 |