Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 06, 2010 FBO #3238
SOLICITATION NOTICE

Q -- X-RAY INTERPRETATIONS OF FILM

Notice Date
10/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621512 — Diagnostic Imaging Centers
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ-10-R-0097-0001
 
Response Due
10/15/2010
 
Archive Date
12/14/2010
 
Point of Contact
Yvonne Parson, 2027821254
 
E-Mail Address
Medcom Contracting Center North Atlantic
(yvonne.t.parson@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 solicitation number is W91YTZ-10-R-0097. This solicitation is issued as a Request For Proposal, which incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-14. This is a 100% small business acquisition. The North American Industry Classification System (NAICS) code is 621512. CLINs: 0001, 1021, EA, X-Ray Interpretation of Film. Period of Performance 1 November 2010 30 September 2011. 1001, 1021, EA, X-Ray Interpretation of Film. Period of Performance 1 October 2011 30 September 2012. 2001, 1021, EA, X-Ray Interpretation of Film. Period of Performance 1 October 2012 30 September 2013. 3001, 1021, EA, X-Ray Interpretation of Film. Period of Performance 1 October 2013 30 September 2014. 4001, 1021, EA, X-Ray Interpretation of Film. Period of Performance 1 October 2014 30 September 2015. The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (JUN 2010) Addendum to 52.212-4 (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. 52.203-3 -- GRATUITIES (APR 1984) 52.203-6 -- RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995) (Over SAT) 52.203-12 -- LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007) 52.203-13 -- CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (APR 2010) 52.204-4 -- PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000) 52.204-9 -- PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (SEP 2007) 52.204-10 -- REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUL 2010) 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (SEP 2006) 52.209-8 -- UPDATES OF INFORMATION REGARDING RESPONSIBILITY MATTERS (APR 2010) 52.219-3 -- NOTICE OF TOTAL HUBZONE SET-ASIDE (JAN 1999) 52.219-6 -- NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003) 52.219-8 -- UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004) (DEVIATION) 52.219-9 -- SMALL BUSINESS SUBCONTRACTING PLAN (JUL 2010) 52.219-14 -- LIMITATIONS ON SUBCONTRACTING (DEC 1996) (Small Business Set-aside) 52.222-3 -- CONVICT LABOR (JUN 2003) 52.222-21 -- PROHIBITION OF SEGREGATED FACILITIES (FEB 1999) (EEO) 52.222-26 -- EQUAL OPPORTUNITY (MAR 2007) (EEO) 52.222-29 -- NOTIFICATION OF VISA DENIAL (JUNE 2003) 52.222-35 -- EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEP 2006) 52.222-36 -- AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998) 52 52.222-37 -- EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEP 2006) 52.222-41 -- SERVICE CONTRACT ACT OF 1965 (NOV 2007) 52.222-43 -- FAIR LABOR STANDARDS ACT AND SERVICE CONTRACT ACT -- PRICE ADJUSTMENT (SEP 2009) 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (FEB 2009) 52.222-54 -- EMPLOYMENT ELIGIBILITY VERIFICATION (JAN 2009) 52.223-3 -- HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (JAN 1997) 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (AUG 2003) 52.224-1 -- PRIVACY ACT NOTIFICATION (APR 1984) 52.224-2 -- PRIVACY ACT (APR 1984) 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.228-5 -- INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997) 52.232-18 -- AVAILABILITY OF FUNDS (APR 1984) 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFERCENTRAL CONTRACTOR REGISTRATION (OCT 2003) 52.233-3 -- PROTEST AFTER AWARD (AUG 1996) 52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004) 52.237-3 -- CONTINUITY OF SERVICES (JAN 1991) _X 52.242-13 -- BANKRUPTCY (JUL 1995) 52.242-15 -- STOP-WORK ORDER (AUG 1989) 52.242-17 -- GOVERNMENT DELAY OF WORK (APR 1984) 252.201-7000 -- CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991) (Services) 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (JAN 2009) 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2009) 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992) 252.209-7004 -- SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (DEC 2006) 252.225-7001 -- BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (JAN 2009) 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008) 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.243-7001 -- PRICING OF CONTRACT MODIFICATIONS (DEC 1991) 252.243-7002 -- REQUESTS FOR EQUITABLE ADJUSTMENT (MAR 1998) Incorporated in Full Text 52.217-8 -- OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before the contract expires. 52.217-9 -- OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend within 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. 52.252-2 -- CLAUSES INCORPORATED BY REFERENCE (FEB 1998) http://www.arnet.gov.far http://farsite.hill.af.mil http://www.dtic.mil/dfars 52.252-6 -- AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the date of the clause. (b) The use in this solicitation or contract of any DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of (DEVIATION) after the name of the regulation. _X 252.204-7008 -- EXPORT-CONTROLLED ITEMS (APR 2010) (a) Definition. Export-controlled items, as used in this clause, means items subject to the Export Administration Regulations (EAR) (15 CFR parts 730-774) or the International Traffic in Arms Regulations (ITAR) (22 CFR parts 120-130). The term includes: (1) Defense items, defined in the Arms Export Control Act, 22 U.S.C. 2778(j)(4)(A), as defense articles, defense services, and related technical data, and further defined in the ITAR, 22 CFR part 120. (2) Items, defined in the EAR as commodities, software, and technology, terms that are also defined in the EAR, 15 CFR 772.1. (b) The Contractor shall comply with all applicable laws and regulations regarding export-controlled items, including, but not limited to, the requirement for Contractors to register with the Department of State in accordance with the ITAR. The Contractor shall consult with the Department of State regarding any questions relating to compliance with the ITAR and shall consult with the Department of Commerce regarding any questions relating to compliance with the EAR. (c) The Contractor's responsibility to comply with all applicable laws and regulations regarding export-controlled items exists independent of, and is not established or limited by, the information provided by this clause. (d) Nothing in the terms of this contract adds to, changes, supersedes, or waives any of the requirements of applicable Federal laws, Executive orders, and regulations, including but not limited to-- (1) The Export Administration Act of 1979, as amended (50 U.S.C. App. 2401, et seq.); (2) The Arms Export Control Act (22 U.S.C. 2751, et seq.); (3) The International Emergency Economic Powers Act (50 U.S.C. 1701, et seq.); (4) The Export Administration Regulations (15 CFR parts 730-774); (5) The International Traffic in Arms Regulations (22 CFR parts 120-130); and (6) Executive Order 13222, as extended. (e) The Contractor shall include the substance of this clause, including this paragraph (e), in all subcontracts. _X 252.212-7001 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (JUL 2010) (DEVIATION) a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (APR 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) WAWF (LC 5002) _X__ 52.212-4 ADDENDUM TO 52.212-4 (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 herein for locations where full text can be found. _X_ 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS -- COMMERCIAL ITEMS (JUL 2010) (DEVIATION) (a) Comptroller General Examination of Record. The Contractor agrees to comply with the provisions of this paragraph (a) if the contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to the right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times, the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b)(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(i) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). (ii) 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) Reserved. (iv) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). (vii) Reserved. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (MAR 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations PWS. For a copy of the PWS, please email Point of Contact @ Yvonne.Parson@amedd.army.mil Solicitation Provisions _X_ 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JUN 2008) _X_ Addendum to 52.212-1 (Local Provision (LP) 5004) ADDENDUM TO 52.212-1 (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. (n) Para (b) Submission of Offers. The following amends this paragraph with respect to the information and documents required for submission in response to this solicitation and requirements for oral presentation of those proposals determined to be in the competitive range. (1) ELECTRONIC OFFERS. Offerors may submit electronic offers including one redacted copy in response to this solicitation. The offer must arrive by the time specified in the solicitation to the following email address: yvonne.parson@amedd.army.mil. (2) Offerors must submit email to Yvonne T. Parson to verify receipt of the offer, if receipt is not received within 24 hours of proposal submittal. The Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the emailed offer. (3) The Government intends to award a firm fixed-price contract under the authority of Section 1091 and 1089 of Title 10, U.S.C. Accordingly, offerors are instructed to insure that their offered rates DO NOT include costs associated with medical malpractice liability insurance. Offerors must quote a firm-fixed price for each Contract Line Item. (4) Any questions with respect to the solicitation shall be submitted by 8 October 2010 at 1200 hours EST. Telephone calls will not be accepted nor responded to. Responses will be emailed to all interested bidders. (5) PROCESS FOR AWARD. Award will be made on a best value basis. Discussions may be conducted whenever the Contracting Officer deems it appropriate. The contract will be awarded strictly in accordance with the criteria and process established in FAR 12 and FAR 15. (6) The Government may reject a proposal if it is found that any information that has a negative impact on the offeror's past performance record has been deleted, misrepresented, or withheld. ( 7) BASIS FOR AWARD. Award will be made on a best value basis, subject to availability of funds, and offeror responsibility, to the offeror whose knowledge, capabilities, talent and experience appear to offer, in the reasonable judgment of the Contracting Officer, the best opportunity for successful performance, in conjunction with a fair and reasonable price. (8) SUBMISSION OF OFFERS. The solicitation should be completed, signed and received at this office not later than the date/time specified in Block 8 of the solicitation (Standard Form [SF] 1449. Please note that your offer must include all of the following information. Submit proposal on one parts as follows: PART I:TECHNICAL INFORMATION. The information provided by the offeror will be a significant factor in the Governments determination of technical acceptability. Subfactor 1 Personnel Qualifications will be evaluated for the relevance for the performing services, currency of experience, and certifications as they relate to the Performance Work Statement PART II: PAST PERFORMANCE. Offeror is required to submit information, on a single page, identifying federal, state and local government and private contracts performed within the past three years, which are similar in scope, type of work, and complexity to the effort described in this solicitation. If none, offeror should so state and provide information on references. All offerors must submit a copy of the past performance questionnaire to each individual listed in the past performance proposal. The questionnaire should be emailed or faxed directly to yvonne.parson@amedd.army.mil. The offeror should instruct POCs not to send a copy back to the offeror, but to the POC listed on the questionnaire. Information provided by the contractor shall state: a) The type of service provided, (should be similar to services being requested) b) Name, telephone and fax numbers of a point of contact in the administering contracting office, -award/contract number, the term of the contract, number,and the total amount. The government will contact the offerors sources as part of its past performance assessment. The government is not responsible for the failure of any source to respond to a request for a past performance assessment on a timely basis. PART III: PRICE. If the prices are the same for each contract period, provide one schedule and state that the schedule applies to all contract periods. The information provided in this schedule will be used to assist in the price analysis described in EVALUATION OF THE PROPOSED PRICES, in ADDENDUM TO FAR 52.212-2, EVALUATION COMMERCIAL ITEMS. a)Price Schedule. DO NOT round figures in the pricing schedule. b)Complete and sign SF 1449, page 1, Blocks 17a & b, 30a, b & c. c)Signed amendments (if any). d)Representations and Certifications found at FAR 52.212-3 Alt 1, and DFAR 252.212-7000 MUST be completed. Para (g) Contract award. This paragraph is amended to state that the Government may conduct discussions prior to contract award. Para (m) Proposal Preparation Costs. This solicitation does not commit the Government to pay any costs incurred in the submission of an offer, in making any necessary studies for the preparation thereof, or for any visit(s) the Contracting Officer may request for the purpose of clarification of the offer. (n) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. 52.233-2 -- SERVICE OF PROTEST (SEP 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Directorate of Contracting NARCO 6900 Georgia Ave, NW Bldg T-20 Washington, DC 20307-5001 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. _X_52.252-1 -- SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.arnet.gov.far http://farsite.hill.af.mil http://www.dtic.mil/dfars 252.209-7001 -- DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009) (a) Definitions. As used in this provision -- (a) Government of a terrorist country includes the state and the government of a terrorist country, as well as any political subdivision, agency, or instrumentality thereof. (2) Terrorist country means a country determined by the Secretary of State, under section 6(j)(1)(A) of the Export Administration Act of 1979 (50 U.S.C. App. 2405(j)(i)(A)), to be a country the government of which has repeatedly provided support for such acts of international terrorism. As of the date of this provision, terrorist countries subject to this provision include: Cuba, Iran, Sudan, and Syria. (3) Significant interest means -- (i) Ownership of or beneficial interest in 5 percent or more of the firm's or subsidiary's securities. Beneficial interest includes holding 5 percent or more of any class of the firm's securities in nominee shares, street names, or some other method of holding securities that does not disclose the beneficial owner; (ii) Holding a management position in the firm, such as a director or officer; (iii) Ability to control or influence the election, appointment, or tenure of directors or officers in the firm; (iv) Ownership of 10 percent or more of the assets of a firm such as equipment, buildings, real estate, or other tangible assets of the firm; or (v) Holding 50 percent or more of the indebtness of a firm. (b) Prohibition on award. In accordance with 10 U.S.C. 2327, no contract may be awarded to a firm or a subsidiary of a firm if the government of a terrorist country has a significant interest in the firm or subsidiary or, in the case of a subsidiary, the firm that owns the subsidiary, unless a waiver is granted by the Secretary of Defense. (c) Disclosure. If the government of a terrorist country has a significant interest in the Offeror or a subsidiary of the Offeror, the Offeror shall disclosure such interest in an attachment to its offer. If the Offeror is a subsidiary, it shall also disclose any significant interest the government of a terrorist country has in any firm that owns or controls the subsidiary. The disclosure shall include -- (1) Identification of each government holding a significant interest; and (2) A description of the significant interest held by each government. 252.212-7000 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (JUN 2005) (a) Definitions. As used in this clause- (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term supplies is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. _X_ 52.212-2 -- EVALUATION -- COMMERCIAL ITEMS (JAN 1999) (a) 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, price and other factors considered. The following factors shall be used to evaluate offers: TECHNICAL - Award will be made based on the technical merit ratings reflected in the Governments confidence in each offerors ability, as demonstrated in its proposal, to perform the requirements stated in the solicitation. PAST PERFORMANCE Award will be made based on offerors past performance history for similar type services within the scope and complexity of requirement. PRICE - Award will be made on a best value basis for the proposal which demonstrates realistic open market commercial rates, and in conjunction with a fair and reasonable price. The evaluation factors are listed in descending order of importance, with technical and past performance being significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. _X_ Addendum to 52.212-2 (LP 5005) Paragraph (a) is hereby supplemented with the following: Factor 1. Technical Technical Merit. Technical merit ratings reflect the Governments confidence in each offerors ability, as demonstrated in its proposal, to perform the requirements stated in the solicitation. In evaluating the proposal risk, the Government will make an independent judgment of the probability of success, the impact of failure and the alternatives available to meet the requirements. The following adjectival ratings will be used in evaluating each offerors technical proposal Acceptable To receive this rating, the offeror shall present a proposal that clearly and comprehensively addresses the technical factor. The offeror shall provide sufficient details for the Government to determine whether the proposal satisfactorily meets the minimum requirements of the Performance Work Statement and this solicitation. The proposal shall clearly demonstrate that the offeror fully understands and is capable of performing the requirement for the total proposed price indicated in its proposal Unacceptable This rating will be assessed on any offeror that presents a proposal that demonstrates any of the following: (f) Fails to clearly and comprehensively the technical evaluation factors or submit a technical plan. (g) Fails to provide sufficient detail for the Government to determine whether the proposal satisfactorily meets the minimum requirements of the Performance Work Statement and this solicitation in addressing the factors and subfactors. (h) Fails to clearly demonstrate that the offeror fully understands and is technically capable to perform the requirements at its total proposed price. Factor 1. Price Price will be evaluated separately from the past performance and technical factor and will be evaluated for fairness and reasonability in terms of: A. That the prices are consistent with and reflect the proposed requirement. B. Offerors are cautioned that an unrealistically low price, or unbalanced pricing of line items, as proposed initially or subsequently, may be grounds for eliminating the quote on the basis that the offeror has made an imprudent offer. Factor 2. Past and Present Performance. Performance Risk analysis provides insight into an offeror's probability of successfully completing the solicitation requirements based on the offeror's performance record on recent, relevant, and similar contract efforts. The number and severity of problems (if any), the demonstrated effectiveness of corrective actions taken (if required) and the overall performance record are to be taken into consideration. The offerors performance will be rated in terms of performance risk. A performance risk rating (low, medium, high or neutral) will be assigned dependent upon the evaluators' assessment of the level of confidence in the offeror's performance record. In ranking offerors assessed in the same performance risk category, an offeror with experience in performing services will be ranked as a lower risk compared to an offeror with no or hardly any experience in performing services. Past Performance will be evaluated on performance under current and prior contracts for the last three years. The information which will be used for evaluation will be obtained from those presented in the Offeror's past performance documentation, the Contractor Performance Assessment Reporting System (CPARS) http://www.cpars.csd.disa.mil/cparsmain.htm, and any other Government sources. The Government may reject a proposal if it is found that any information that has a negative impact on the offeror's past performance record has been deleted, misrepresented, or withheld. The following risk ratings will be used to evaluate past and present performance: -High Risk - Significant doubt exists that the offeror will satisfactorily perform the services on solicitation, based on preponderance of unsatisfactory performance records under the various factor evaluations, or offerors record of unsuccessful past and current contracts performance in fulfilling requirements similar to the size and complexity of the services under solicitation. Verification of past performance shows that offerors have consistently not met work schedules and other obligations, have defaulted on at least one contract within the past three years, or have chronically failed to meet contract terms. -Medium Risk - Some doubt exists based on instances of record of poor performance, especially in contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror meets work schedules and specified services most of the time, meets contract terms without failure or resolves issues immediately, and has not been defaulted on any contract within the past three years. -Low Risk - Little doubt exists, based on the offeror's preponderance of good, if not excellent past and current records of contract performance, especially in large contracts similar to the size and complexity of the services under solicitation. Verification of past performance shows that offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. Neutral Risk No relevant past performance information. Note: Any offeror that receives a rating of high risk in past and present performance and unacceptable in technical will not be considered for award. _X_ 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (AUG 2009) ALTERNATE I (APR 2002) SPECIAL NOTE: All offerors must be registered in the Central Contractor Registration (CCR) prior to award, and lack of registration shall make an offer ineligible for award. Offerors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423 or via Internet at http://www.ccr.gov/. All proposals are 15 October2010 before 5:00 p.m. Eastern Standard Time. Offers may be sent via email at yvonne.parson@amedd.army.mil, hand-delivered, or faxed to 202.782.5035. Directorate of Contracting 6900 Georgia Ave., NW Bldg T-20 Washington DC 20307-5001 Services in support of: Dunham US Army Health Clinic, Carlisle Barracks, PA Point of Contact(s): Yvonne.Parson@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ-10-R-0097-0001/listing.html)
 
Place of Performance
Address: Dunham US Army Health Clinic Bldg 253 Floor 1 room 12 Carlisle PA
Zip Code: 17013
 
Record
SN02305490-W 20101006/101004234617-ea5478161578c065b37852e92ffb3f91 (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.