Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
MODIFICATION

Q -- Physician Services - Amendment 1

Notice Date
11/17/2010
 
Notice Type
Modification/Amendment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division-Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NAAJL160-11-00535DT
 
Archive Date
11/30/2010
 
Point of Contact
Doris P Turner, Phone: 303-497-3872, Suzanne A Romberg-Garrett, Phone: 303-497-5110
 
E-Mail Address
doris.p.turner@noaa.gov, suzanne.garrett@noaa.gov
(doris.p.turner@noaa.gov, suzanne.garrett@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-18 Physician Services This amendment changes the award type from firm fixed price to labor-hour. Complete the SF-18 showing your hourly rate. (I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NAAJ160-11-00535DT. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-46. The government will award a labor-hour purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered. (IV) This solicitation is being issued as a Total Small Business Set-Aside. The associated NAICS code is 621111. The small business size standard is $10.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: CLIN 0001 - Base Year; Services, non-personal, to provide medical services of a qualified physician for two to three hours per week to support the Department of Commerce, Facilities Operations Division - Boulder, Employee Health Service in accordance with the statement of work for the period of twelve months. CLIN 1001 - Option Year 1; Services, non-personal, to provide medical services of a qualified physician for two to three hours per week to support the Department of Commerce, Facilities Operations Division - Boulder, Employee Health Service in accordance with the statement of work for the period of twelve months. CLIN 2001 - Option Year 2; Services, non-personal, to provide medical services of a qualified physician for two to three hours per week to support the Department of Commerce, Facilities Operations Division - Boulder, Employee Health Service in accordance with the statement of work for the period of twelve months. CLIN 3001 - Option Year 3; Services, non-personal, to provide medical services of a qualified physician for two to three hours per week to support the Department of Commerce, Facilities Operations Division - Boulder, Employee Health Service in accordance with the statement of work for the period of twelve months. CLIN 4001 Option Year 4; Services, non-personal, to provide medical services of a qualified physician for two to three hours per week to support the Department of Commerce, Facilities Operations Division - Boulder, Employee Health Service in accordance with the statement of work for the period of twelve months. (VI) Description of requirement is as follows: See attached statement of work which applies to Base Year and Option Years 1 - 4. (VII) Date(s) and place(s) of delivery and acceptance: 325 Broadway, Boulder, CO 80305. The period of performance shall be: Base year: April 1, 2011 through March 31, 2012 plus four one-year options. Option year one: April 1, 2012 through March 31, 2013 Option year two: April 1, 2013 through March 31, 2014 Option year three: April 1, 2014 through March 31, 2015 Option year four: April 1, 2015 through March 31, 2016 (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition and is incorporated by reference. In addition to written price quotes, offers are instructed to provide documents required to evaluate quotes, e.g., capability statement describing qualifications to perform requirements listed in paragraphs (V) and (VI), past performance, references, etc. (IX) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. (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: Paragraph (a) is hereby completed as follows: 1) Past Performance - List work experience for services that are similar in nature to the statement of work, in order to demonstrate the bidder's ability to provide physician services in the health unit. 2) SPECIAL LICENSING/TRAINING: In addition to the medical licenses required, list any specialized training/licensing such as Occupational Health Physician, Trauma/ER Physician Specialty, etc. 3) WRITTEN RECOMMENDATIONS: Provide two written business recommendations from sources that the physician has worked with or been employed with in the last five years. Include contact name, phone number and email address. Offers will be evaluated based on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Technical and past performance, when combined, are approximately equal to cost or 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). (X) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Oct 2010) with its quote. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Oct 2010) applies to this acquisition. The following clauses under subparagraph (b) apply: 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): www.far.gov 52.252-2 Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): www.far.gov (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (19) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (33)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). (35) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). The following clauses under subparagraph (c) apply: 1352.201-70 Contracting Officer's Authority. The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. 1352.215-73,Inquiries. Offerors must submit all questions concerning this solicitation in writing to Doris Turner either through email at Doris.P.Turner@noaa.gov or faxed to 303-497-3163 no later than 3 calendar days before the close of this solicitation. 52.214-34 Submission of Offers in the English Language.(Apr 1991) 52.214-35 Submission of Offers in U.S. Currency. 52.217-5 Evaluation of Options. (July 1990) 52.217-8 Option to Extend Services. (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) CAR 1352.237-72 Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts( (December 2007) is attach in full text with the statement of work. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 5:00 P.M. MST/MDT on November 29, 2010. All quotes must be faxed or emailed to the attention of Doris Turner. The fax number is 303-497-3163 and email address is doris.p.turner@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Doris Turner, FAX: 303-497-3163, and email address: doris.p.turner@noaa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NAAJL160-11-00535DT/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN02328754-W 20101119/101117234034-a86322e6da5a071952ae780c630d5be7 (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.