Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
MODIFICATION

Q -- Patient Safety Program Manager Support Services

Notice Date
10/27/2010
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
FA7014-10-R-0007
 
Archive Date
12/7/2010
 
Point of Contact
Ms. Lynette Parson, Phone: 2103959394, Mr. Gregory Santiago, Phone: 2103959391
 
E-Mail Address
lynette.parson.2@us.af.mil, gregory.santiago.2@us.af.mil
(lynette.parson.2@us.af.mil, gregory.santiago.2@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a synopsis for non-personal, commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. Competitive proposals are being requested under Request For Proposal (RFP) FA7014-10-R-0007. Air Force District of Washington Medical Operations AST Branch (AFDW/PKM-S) Contracting Office intends to award a 100% Small Business Set-Aside, Firm Fixed Price contract with Cost Reimbursable Contract Line Item Numbers (CLINs) for travel to a small business for non-personal, commercial services for Patient Safety Program Manager Support Services. The contractor shall provide all personnel, equipment, tools, supervision, and other items and services necessary to ensure that Patient Safety Program Manager services is performed at both CONUS and OCONUS Air Force Military Treatment Facilities (MTFs) totaling 90 estimated Full Time Equivalents (FTEs) contractor personnel in a manner that will maintain medical services in accordance with the Performance Work Statement (PWS). The contractor shall accomplish all medical service tasks identified in the PWS, in order to meet the requirements and the Services Summary (SS). These documents will be provided at time solicitation is posted. All work performed by the contractor shall be performed in accordance with all applicable laws, regulations, standards, instructions, and commercial practices. The applicable North American Industry Classification System (NAICS) code is 541611. The small business size standard is $7M. The period of performance will include a two (2) month phase-in period and one (1) ten month base year plus three (3) twelve month option years. The approximate performance start date is 15 June 2011. Award will be made using Performance-Price Tradeoff (PPT) source selection procedures in accordance with FAR Part 15. The solicitation will be issued on or about 1 November 2010 and will be available to view and download on the Federal Business Opportunities (FBO) website: http://www.fbo.gov/. PAPER COPIES OF THIS SOLICITATION WILL NOT BE MAILED. All amendments will be posted on the FBO website. All prospective offerors are responsible to visit the web page frequently and obtain the solicitation and any amendments or other information pertaining to this solicitation. Questions may be submitted in writing regarding the PWS and the terms and conditions of this synopsis and solicitation by mail, courier, email or fax. Cutoff date for questions is 4:00 PM Central Daylight Time (CDT) on Tuesday, 2 November 2010. Past Performance Proposal Volume is due by 4:00 PM CDT on Tuesday, 9 November 2010 Technical and Price Proposals Volumes are due by 4:00 PM CDT on Monday, 22 November 2010. No telephone calls will be accepted. Submit questions to each of the following addresses: AFDW/PKM-S Branch ATTN: Lynette Parson - lynette.parson.2@us.af.mil and Contracting Officer - Gregory Santiago - gregory.santiago.2@us.af.mil Submit proposals in accordance with FAR 52.212-1, Instructions to Offerors - Commercial Items in the Request for Proposal (RFP) Also include in your proposal that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD has mandated the use of WAWF). The offeror must be registered and current on the Central Contractor Registration website (www.ccr.gov), no exemptions. All invoices shall be submitted using Wide Area Work Flow (WAWF). To get more information about how to register for WAWF contractors can go to the following web site and download the Contract Pay Information: http://www.dfas.mil/contractorpay/ContractPayInformation.pdf.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-10-R-0007/listing.html)
 
Place of Performance
Address: Various Continental United States (CONUS) and Outside Continental United States (OCONUS) locations listed in Performance Work Statement (PWS) paragraph 6.1., United States
 
Record
SN02317627-W 20101029/101027234104-06d7fbd69509bdf3010edd21c26cab63 (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.