SOLICITATION NOTICE
Q -- Medical Dental Screenings - SOW
- Notice Date
- 9/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Indiana, 2002 South Holt Road, Indianapolis, Indiana, 46241-4839
- ZIP Code
- 46241-4839
- Solicitation Number
- W912L910T0044
- Archive Date
- 9/29/2010
- Point of Contact
- Timothy L Price, Phone: 8125261709
- E-Mail Address
-
timothy.price1@us.army.mil
(timothy.price1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- SOW This is a combined solicitation/synopsis announcement. The USPFO for Indiana is seeking qualified vendors for a Firm-Fixed Price contract for medical and dental readiness screening services at numerous locations within the state of Indiana. Typical work includes, but is not be limited to: provide qualified medical and dental staffing and all mobile equipment capable of Fully equipped private exam room (to include capability to perform Pap-Smears and Mammograms when necessary); DOEHRs compatible audiometer; d iagnostic hearing evaluations (H2) and SPRINT testing (H3) with DOEHRS upload; TITMUS visual acuity screener; CLEA-waived rapid laboratory screenings (lipid profile, hemoglobin, blood glucose, total cholesterol, urinalysis, and urine HCG); blood pressure, pulse oximetry, height/weight/temperature; tonometry; EKG and pulmonary function testing; optometry with visual refraction; ability to perform blood collection for HIV, DNA, G6PD, RPR; ability to perform immunizations; real-time data processing and uploading capable; live electronic health history capability and real-time sync enabled to various military electronic health record repositories including E-PHA, DENCLASS, MEDPROS, HRR, etc.; and broadband internet capable without requirement of military access. MEDPROS Wed Data Entry (MWDE) access/entry, electronic PHA upload, DOEHRS upload and HRR upload. Contractor shall also create expansive network of local medical providers (general and specialty) to provide Case Management function. Contractor shall have network of local pharmacies for prescription medication services available for service members during contracted events. Fully digital exams/Bite-wing x-rays/panographic x-rays; t reatment available, if needed, with all necessary clinical supplies, equipment, and instruments; reception area for data intake and outtake for health history and data processing; m eets all state radiological requirements including lead-lined walls, windows, and trigger systems for RDAs outside operatory during x-ray exposure. All will be in accordance with the attached SOW. Prospective contractors must be able to respond within 04 days in response to emergencies via the main office or a staffed satellite office. The government intends to make this an Unrestricted Procurement. The North American Industry Classification System (NAICS) code for this work is 621999. The small business size standard is $31.0 million average annual revenue for the previous three years. All responsible firms may submit an offer. A Small Business Subcontracting Plan will be required if the offeror is a large business and must be submitted with the offer. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the project to be considered for award. The solicitation closing date is 10:00 AM on 14 September 2010. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to timothy.price1@us.army.mil FAR clause 52.237-7, Indemnification and Medical Liability Insurance apply to this contract. Note: Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required $500,000.00 Medical Liability Insurance has been obtained. FAR 52.212-1, Instructions to Offeror-Commercial Items; 52.212-2, Offeror Representations and Certifications apply to this acquisition and must be fully completed and submitted with offer. The following provisions/clauses are incorporated: 52.252-2; Clauses incorporated by Reference; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.211-16, Variation in Quantity, 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-4, Contract Terms and Conditions; 52.219-6, Notice of Small business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-49, Service Contract Act Place of Performance Unknown; 52.223-5, Pollution Prevention and Right to Know Information; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.237-1, Site Visit; 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-2, Protection of Government Buildings, Equipment and Vegetation. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items apply to this acquisition and must be fully completed and submitted with offer; 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition. The following clauses are incorporated: 52.203-3, Gratuities; 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied-Double sided on Recycled Paper; 52.216-4 Economic Price Adjustment Labor and Material; 52.216-5 Price Redetermination Prospective; 52.212-9, Small Business Subcontracting Plan (DEVIATION)Alternate II; 52.219-16, Liquidated Damages Subcontracting Plan; 52.219-14, Limitations on Subcontracting; 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; 52.222-54, Employment Eligibility Verification 52.228-5, Insurance Work on a Government Installation; 52.217-8, Option to Extend Services; 252.201-7000, Contracting Officers Representative; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.247-7023 ALT III, Transportation of Supplies by Sea; 52.247-7024, Notification of Transportation of Supplies by Sea 252.232-7010, Levies on Contract Payments; 252.226-7001, Utilization of Indian Organizations, Indian Owned Economic Enterprises, and Native DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the https://acquisition.army.mil/asfi/default.cfm. for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA12/W912L910T0044/listing.html)
- Place of Performance
- Address: 3 locations: Danville, IN, Anderson, IN and Indianapolis, IN, See SOW for details., Indianapolis, Indiana, 46241, United States
- Zip Code: 46241
- Zip Code: 46241
- Record
- SN02264725-W 20100903/100902000142-23633c0e5727268b08f5bdaa0bfdb10a (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 |