Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
SOLICITATION NOTICE

R -- Services are to provide a Healthcare Analyst to support Health Care-Interservice Organization (HC-ITO) reviews of courses/specialties in accordance with the phasing identified in the course transition plan.

Notice Date
9/14/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561110 — Office Administrative Services
 
Contracting Office
Fort Sam Houston Contracting Center - West, Directorate of Contracting, 2107 17th Street, Bldg. 4197, Fort Sam Houston, TX 78234-5015
 
ZIP Code
78234-5015
 
Solicitation Number
W9124J10QHLTH
 
Response Due
9/22/2010
 
Archive Date
11/21/2010
 
Point of Contact
osvaldo.vela, 210-221-3716
 
E-Mail Address
Fort Sam Houston Contracting Center - West
(osvaldo.vela@us.army.mil)
 
Small Business Set-Aside
HUBZone
 
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 commercial items prepared in accordance with the format in FAR Subpart 12.6, 13.5 and 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. Solicitation number is W9124J-10-T-HLTH and is issued as a Request for Quote (RFQ). This solicitation documents and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-36. This acquisition is a HUBZone-certified set-aside. The NAICS Code is 561110, Office Administrative Services. The following Federal Acquisition Regulation (FAR) provisions are hereby incorporated by Full-Text: FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. Additionally, the following FAR clauses are applicable to this acquisition: FAR 52.219-6, Notice of Small business set-Aside; FAR 52.223-3, Convict Labor; FAR 52.22219, Child Labor Cooperation with Authorities and Remedies; 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 Viet Nam 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 Viet Nam Era and Other Eligible Veterans; FAR 52.232-33, Payment by by Electronic Funds Transfer Central Contractor Registration; FAR 52.222-41, Service Contract Act of 1965; FAR 52.222-42, Statement of Equivalent Rates for Federal Hires; FAR 52.222-43, Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option Contracts); FAR 52.217-8, Option to Extend Services, with addenda: insert (within 15 calendar days of contract completion); FAR 52.217-9, Option to Extend the Term of the Contract, with addenda: paragraph (a) insert: 15 calendar days and 60 calendar days, paragraph (c) insert 60 months (exclusive of the time extension authorized in Far 52.217-8); FAR 52.252-2, Clauses Incorporated by Reference (see web sites www.farsite.hill.afb & www.arnet.gov ); DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition. Additionally, the following DFARS clauses are applicable to this acquisition: DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; and DFARS 252.232-7003, Electronic Submission of Payment Requests; and 5152.209-4000, DOD Level I Antiterorism (AT) Standards. The following provisions are hereby incorporated by Reference; FAR 52.204-9, Personal Identity Verification of Contractor Personnel; 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.237-3, Continuity Of Services; FAR 52.239-1, Privacy or Security Safeguards; DFARS 252.201-7000, Contracting Officers Representative; DFARS 252.232-7010, Levies on Contract Payments; and DFARS 252.246-7000, Material Inspection And Receiving Report The Mission and Installation Contracting Center (MICC) Center Fort Sam Houston (FSH), Texas, intends to award a Firm-Fixed Price (FFP) contract for Contractor to provide administrative assistance as required to support Health Care-Interservice Organization (HC-ITO) reviews of courses/specialties in accordance with the phasing identified in the course transition plan. Administrative support will include general administrative support, suspense management, meeting documentation, research, development and management of databases, scheduling, and coordination. Place of Performance is Fort Sam Houston, Brooke Army Medical Center and Camp Bullis, Texas. Period of Performance one-year and is anticipated to commence on 28 September 2010 and end on 27 September 2011. The Performance Work Statement, Wide Area Work Flow and Wage Determination documentation will be provided in full text at time of request. CLIN 0001AA, ANALYST SERVICES, Contractor shall furnish one Healthcare Analysts for the period designated hereunder. The one analysts is the Army interservice personnel designated to work at the Healthcare Interservice Training Office located at Fort Sam Houston, Texas and shall not exceed 1,280 hours, Qty 12 months, Unit Price $__________, Total Price $____________ CLIN 0001AB, ANALYST SERVICES, Contractor shall furnish one Healthcare Analysts for the period designated hereunder. The one analysts is the Navy and Air Force interservice personnel designated to work at the Healthcare Interservice Training Office located at Fort Sam Houston, Texas and shall not exceed 2,560 hours, Qty 12 months, Unit Price $__________, Total Price $____________ CLIN 0001AC, TRAVEL, Contractor shall be required to travel to other locations in support of the tasks described under the Peformance Work Statement (PWS). Prior to incurring any travel expenses, contractor personnel must obtain written authorization from the Contracting Officer's Representative (COR) that approves approximate travel, dates, espected duration, origin and destination, and purpose. Arrangements for and costs of all travel, transportation, meals lodging, and incidentals are the responsibility of the contractor. Cost for these expenses will be reviewed and certified by the COR and approved by the Contracting Officer. The contractor travel expenses shall be compared to the Joint Travel Regulations (JTR) and will be submitted to the COR prior to travel. If changes to travel costs or plans occur after approval, the COR must be notified immediately of change. The government will not pay for business class for Outside the Continental United States (OCONUS) travel or first-class travel. Contractor shall provide expense report to the COR within 7 working days of return. Travel shall not exceed $5,000.00 dollars, Qty Dollars, US, Unit Price $__1.00________, Total Price $_5,000.00_________ CLIN 0002, CONTRACTOR MANPOWER REPORTING (CMR), The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor shall report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall completely fill in all the information in the format using the following web address: https:cmra.army.mil., Qty 1 each, Unit Price $__No Charge______, Total Price $__00.00__________ Remarks. All responsible sources may submit a quote, which shall be considered. It is anticipated that award will be made without discussions; although, the government reserves the right to hold discussions, if necessary. Quotes must be received by 22 September 2010 at 1615 (4:15 p.m.) Central Standard Time (CST) and reference the solicitation number. Quotes shall be E-Mailed to osvaldo.vela@us.army.mil or mailed to MICC Center FSH, Attn: Osvaldo Vela, 2107 17th Street, Building 4197, Suite 15, Fort Sam Houston, Texas 78234-5015. For information regarding this solicitation, contact Osvaldo Vela at 210-221-3716 or e-mail to the above address and reference the solicitation number.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9df957c9164574146834485fd8462ab7)
 
Place of Performance
Address: Fort Sam Houston Contracting Center - West Directorate of Contracting, 2107 17th Street, Bldg. 4197 Fort Sam Houston TX
Zip Code: 78234-5015
 
Record
SN02280617-W 20100916/100914235355-9df957c9164574146834485fd8462ab7 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.