SOLICITATION NOTICE
Q -- NON-PERSONAL SERVICES. PHYSICAL EXAMS
- Notice Date
- 5/18/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
- ZIP Code
- 98430-5170
- Solicitation Number
- W90EG501252001
- Response Due
- 5/28/2010
- Archive Date
- 7/27/2010
- Point of Contact
- Lynn M. Williams, 253-512-8313
- E-Mail Address
-
USPFO for Washington
(lynn.m.williams@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 requirement is issued as a request for quote (Reference number W90EG501252000). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-41 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20100507. It is the contractors responsibility to become familiar with applicable clauses and provisions. This solicitation is UNRESTRICTED. The date, time and request for quote offers are due by: 1:00 P.M. local time on 28 MAY 10 to lynn.m.williams@us.army.mil or fredesvin.quintana@us.army.mil This requirement is for the following items: CLIN 0001 NON-PERSONAL SERVICES. THE WASHINGTON ARMY NATIONAL GUARD/OCCUPATIONAL HEALTH REQUIRES THE FOLLOWING SERVICES FOR A BASE PERIOD AND FOUR OPTION YEARS. PHYSICAL EXAM SERVICES IAW THE ATTACHED SOW AND QASP. SERVICES WILL BE LOCATED WITHIN A 15 MILE RADIUS OF SPOKANE, WASHINGTON. PERIOD OF PERFORMANCE: BASE YEAR 01 JUN 10 31 MAY 11. $ _________________ EA TYPE A PHYSICAL $__________________ EA TYPE B PHYSICAL $__________________EA TYPE C PHYSICAL $__________________EA TYPE D PHYSICAL $__________________EA TYPE E PHYSICAL CLIN 0002 OPTION YEAR 1. IAW ATTACHED SOW SEE CLIN 0001. PERIOD OF PERFORMANCE: 1ST OPTION: 01 JUN 11 31 MAY 12. $ _________________ EA TYPE A PHYSICAL $__________________ EA TYPE B PHYSICAL $__________________EA TYPE C PHYSICAL $__________________EA TYPE D PHYSICAL $__________________EA TYPE E PHYSICAL CLIN 0003 OPTION YEAR 2. IAW ATTACHED SOW SEE CLIN 0001. PERIOD OF PERFORMANCE: 2ND OPTION: 01 JUN 12 31 MAY 13. $ _________________ EA TYPE A PHYSICAL $__________________ EA TYPE B PHYSICAL $__________________EA TYPE C PHYSICAL $__________________EA TYPE D PHYSICAL $__________________EA TYPE E PHYSICAL CLIN 0004 OPTION YEAR 3. IAW ATTACHED SOW SEE CLIN 0001. PERIOD OF PERFORMANCE: 3RD OPTION: 01 JUN 13 31 MAY 14. $ _________________ EA TYPE A PHYSICAL $__________________ EA TYPE B PHYSICAL $__________________EA TYPE C PHYSICAL $__________________EA TYPE D PHYSICAL $__________________EA TYPE E PHYSICAL CLIN 0005- OPTION YEAR 4. IAW ATTACHED SOW SEE CLIN 0001. PERIOD OF PERFORMANCE: 4TH OPTION: 01 JUN 14 31 MAY 15. $ _________________ EA TYPE A PHYSICAL $__________________ EA TYPE B PHYSICAL $__________________EA TYPE C PHYSICAL $__________________EA TYPE D PHYSICAL $__________________EA TYPE E PHYSICAL CLIN 0006 CONTRACT MANAGEMENT REPORTING (CMR) FOR BASE YEAR AND ALL OPTION YEARS IAW PARAGRAPH 6 ATTACHED SOW $____________________EA WILL VENDOR ACCEPT PAYMENT BY CREDIT CARD? YES [ ] NO [ ] Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7. Central Contractor Registration. FAR 52.211-6, Brand Name or Equal (for commodities when purchase description is brand name or equal), FAR 52.211-17 Delivery of Excess Quantities (for multiple quantities) FAR 52.212-1, Instructions to Offerors-Commercial Items, FAR 52.212-2 Evaluation-Commercial Items Evaluation. 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, lowest price and technically acceptable of all item all or none. FAR 52.212-3, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov., FAR 52.212-4 Contract Terms and Condition-Commercial Items; FAR 52.212-5 (DEV) Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply. FAR 52.219-6, Notice of Total Small Business Set-Aside (if applicable), FAR 52.219-28, Post Award Small Business Representation (if applicable, FAR 52.222-21 -Prohibition Of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35- Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-50 Combating Trafficking in Persons, FAR 52.222-36 Affirmative Action for Workers With Disabilities; FAR 52.222-37 -Employment Reports On Disabled Veterans And Veterans Of The Vietnam Era; FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (Services Only) FAR 52.225-1, Buy American Act - Supplies; Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end 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, FAR 52.237-7, Indemnification and Medical Liability Insurance, (Applicable only for medical contracts), FAR 52.253-1 -Computer Generated Forms (when contractor is required to submit data), DFARS 252.204-7004 -Required Central Contractor Registration (CCR); Contractors not registered in the CCR will be ineligible for award (register at http://www.ccr.gov/, DFARS 252.211-7003 Item Identification and Valuation, DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate (when applicable) DFARS 252-225.7001, BAA - Balance of Payments Program (when applicable) DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.225-7012, Preference for Certain Domestic Commodities DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.243-7002, Request for Equitable Adjustment (when applicable) DFARS 252.246-7000, Material Inspection And Receiving Report DFARS 252.247-7023, Transportation of Supplies by Sea, Alternate III
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/W90EG501252001/listing.html)
- Place of Performance
- Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
- Zip Code: 98430-5170
- Zip Code: 98430-5170
- Record
- SN02152837-W 20100520/100518235118-1eb20f3710bdabac17ddd21cfd0e48f8 (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 |