SOLICITATION NOTICE
Q -- Medical Direction and Support - Statement of Work
- Notice Date
- 6/7/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 622110
— General Medical and Surgical Hospitals
- Contracting Office
- Department of Homeland Security, United States Secret Service (USSS), Procurement Division, 245 MURRAY LANE SW, BLDG T-5, WASHINGTON, District of Columbia, 20223
- ZIP Code
- 20223
- Solicitation Number
- 238865
- Point of Contact
- Danielle M. Donaldson, Phone: (202) 406-6812
- E-Mail Address
-
danielle.donaldson@usss.dhs.gov
(danielle.donaldson@usss.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work Description ----------------------------------------------------------------- This is a combined synopsis/solicitation for commercial services 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; quotes are being requested and a written solicitation will not be issued. Solicitation number 252772/238865 is issued as a Request for Proposals (RFP) through Federal Acquisition Circular 05-51 The NAICS code is 622110 – General Medical and Surgical Hospitals. This is a non-restrictive requirement. The U.S. Secret Service (USSS) has a requirement for an academic medical center to provide medical direction and a emergency physician to travel internationally to provide medical support services to USSS personnel and personnel under its protection at per the attached Statement of Work. The intended contract will be a firm fixed price contract with base year plus four (4) one-year options periods. Potential offerors are hereby notified that the solicitation and subsequent amendments to the solicitation will only be available by downloading the documents at the Federal Business Opportunities Website at http://www.fbo.gov. This office will not issue hard copy solicitations. By submitting a proposal, the vendor will be self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any Federal Agency. I. CONTRACT LINE ITEM (CLIN) SPECIFICATIONS II. FORMAT AND SUBMISSION OF PROPOSAL III. EVALUATION FACTORS IV. PROVISIONS AND CLAUSES V. ADDITIONAL INFORMATION FOR OFFERORS ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ I. CONTRACT LINE ITEM (CLIN) BASE YEAR • CLIN 0001 Provide medical direction 24hrs/7days a week as per the attached Statement of Work • CLIN 0002 Provide physician to travel domestically and internationally to support USSS protective missions. OPTION YEAR ONE (1) • CLIN 0003 Provide medical direction 24hrs/7days a week as per the attached Statement of Work • CLIN 0004 Provide physician to travel domestically and internationally to support USSS protective missions OPTION YEAR TWO (2) • CLIN 0005 Provide medical direction 24hrs/7days a week as per the attached Statement of Work • CLIN 0006 Provide physician to travel domestically and internationally to support USSS protective missions OPTION YEAR THREE (3) • CLIN 0007 Provide medical direction 24hrs/7days a week as per the attached Statement of Work • CLIN 0008 Provide physician to travel domestically and internationally to support USSS protective missions OPTION YEAR FOUR (4) • CLIN 0009 Provide medical direction 24hrs/7days a week as per the attached Statement of Work • CLIN 0010 Provide physician to travel domestically and internationally to support USSS protective missions ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ II. FORMAT AND SUBMISSION OF PROPOSAL Part A. PRICING AND AVAILABILITY - The offeror shall provide pricing for the listed CLINS as per the Statement of Work. Please provide breakdown and labor pricing. Part B. OFFEROR INFORMATION: The offeror shall provide: 1) Name, title, telephone number, fax number, and email address of the point of contact. 2) Nine-digit DUNS. The DUNS is used to verify that the vendor is in CCR. By submitting a proposal, the Offeror acknowledges the Government requirement to be in the Central Contractor Registration (CCR) database prior to award of any contract. Information about CCR may be found at www.ccr.gov. 3) Nine-digit TIN. The Taxpayer Identification Number is necessary for electronic payment. 4) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. If you have completed the annual representations and certifications electronically through ORCA at http://orca.bpn.gov, then provide a statement as such and it will be verified. Part C. PAST PERFORMANCE REFERENCES The offeror shall submit at least three references for current and past performance. Past Performance will be evaluated in terms of relevancy and currency (See Section III. Evaluation Factors). The submission of all references shall include the following information: a. Contract Number(s) b. Name and phone number of a point of contact at the Federal, State, Local Government or Commercial entity for which the contract was performed. c. Email addresses for each point of contact d. Dollar value of the Contract. e. Detailed description of the work performed. f. The number, type and severity of any quality, delivery or cost problems in performing the contract, the corrective action taken and the effectiveness of the correct action. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ III. EVALUATION FACTORS The Government intends to make award to the offeror that proposes the best value. The Government may award any resulting contract to other than the lowest priced Offeror, or other than the Offeror with the highest non-price rating. Although the Government anticipates making an award on initial offerors, the Government reserves the right to establish a competitive range and open discussions with those offerors most highly rated. The competitive range may be further limited in accordance with FAR 15.306(c)(2) for purposes of efficiency. The evaluation factors and sub-factors for this award are: Factor 1: Technical Capabilities The following sub-factors are of equal importance: A. Personnel Qualifications: The offeror shall provide personnel both medical director and physicians that have demonstrated experience in successfully performing similar tasks to this requirement within the last five years to include: a) Maryland EMS Operational and Educational Jurisdictions b) Federal Law Enforcement Programs c) National Special Security Events d) Maryland Critical Care Transport program The offeror shall provide evidence of this experience by submitting resumes and a synopsis of each proposed key personnel to work on this effort. All doctors and medical director must be a US born citizen and must provide proof. If an offeror does not have the qualifications required, the offeror will be eliminated from the competition. B. Capability Statement: The offeror shall provide a capability statement and management approach of how the offeror will meet the requirements as described in the Statement of Work. The capability statement should describe what your company is capable of and highlights what your future capability is in relation to this requirement. It should provide a company overview, what you do, and discuss your staff, equipment and resources. In this statement, demonstrate your understanding of the requirements listed in the SOW, as well as your knowledge of the services to be provided. The offeror’s proposal shall demonstrate the practices and methodology to be used in performing the tasks at hand. In addition, the offeror shall demonstrate the management structure of the company in relation to this requirement. The offeror shall describe their capabilities and unique qualifications, of which will allow them to best meet the needs of the USSS. This discussion may include specialized skill(s) and/or unique expertise in the areas described within the SOW, incorporation of quality control, etc. Hospital clinic site must meet the SOW requirements A-D see Section 2.14 of the SOW. Offeror shall identify current protocols for medical direction and training. Offerors will be rated on the level of expertise shown in the statement and their ability to perform the task. A higher rating will be given to those that are able to show a high level of expertise for this requirement, and experience with law enforcement and protective assignments. C. Organizational Capability: The offeror shall identify current practices and/or protocols established and in place at your organization which will ensure a successful outcome for all tasks and deliverables mentioned in the SOW. Any innovative practices or specialized procedures incorporated by the offeror which will provide added value to the Government shall be described. The medical director shall be physically located in the Baltimore Washington metropolitan area. Physicians will travel to foreign and domestic locations as requested by the USSS OPO division. The academic medical center’s facility is required to be based in the Baltimore Washington metropolitan area. D. Provide experience with law enforcement agencies for medical director and protective details. 4. Past Performance Past Performance will be evaluated in terms of relevancy and recent history. Relevance means references provided must relate to the same effort or similar one in both product and scale. Recent history means references provided on current or recently completed contracts within the past 3 years. Past performance will assess delivery and quality of product as it relates to probability of successful contract performance. Each performance risk assessment of the areas listed above will consider the number and severity of problems, the effectiveness of corrective actions taken and the overall work record. Problems not addressed by the offeror will be considered to still exist. However, the degree to which the offeror can demonstrate that it has successfully provided program support will be given a higher rating. Under this factor, the USSS will evaluate how well an offeror performed similar work with other government agencies or companies. The assessment of performance risk is not intended to be an analysis of an offeror’s performance on a list of contracts, but rather the product of subjective judgment of the evaluators after it considers all available, relevant and recent information. The government reserves the right to research PPIRS and CPARS and include results found in the evaluation process. 5. Price For evaluation purposes, the Total Evaluated Price will be the sum of all CLIN amounts. In addition, for evaluation purposes, adjustments the Government deems appropriate will be made to include Government costs required to accomplish the offeror’s proposed approach with the exception of those costs to the Government that are equal across all offerors. The proposed unit prices and the Total Evaluated Price as previously defined will be evaluated for reasonableness. Also, each offeror’s Price proposal will be evaluated to determine if it is consistent with the offeror’s technical approach and reflects a clear understanding of the solicitation requirements. Inconsistencies between the Technical and Price proposals may be assessed as proposal risk under the Technical evaluation. ~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~ IV. PROVISIONS AND CLAUSES FAR contract clauses may be accessed electronically at this address: Federal Acquisition Regulation (FAR): www.acquisition.gov/far 52.202-1 Definitions. (JUL 2004) 52.203-3 Gratuities. (Apr 1984) 52.203-5 Covenant Against Contingent Fees 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-7 Anti-Kickback Procedures 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions. (SEP 2007) 52.203-12 Limitation on Payments to Influence Certain Federal Transactions. (Sept 2007) 52.204-4 Printed or Copied Double-Sided on Recycled Paper. (Aug 2000) 52.204-7 Central Contractor Registration. (Apr 2008) 52.204-9 Personal Identity Verification of Contractor Personnel. (Sep 2007) 52.204-10 Reporting Subcontract Awards 52.209-5 Certification Regarding Responsibility Matters. (DEC 2008) 52.209-6 Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Sep 2006) 52.212-1 Instructions to Offerors--Commercial Items (JUN 2008) 52.212-2 Evaluation—Commercial Items. (JAN 1999) 52.212-3 Offerors Representations and Certifications--Commercial Items 52-212-4 Contract Terms and Conditions--Commercial Items 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items 52.215-19 Notification of Ownership Changes. (OCT 1997) 52.215-21 Requirements for Cost or Pricing Data or Information Other Than Cost or Pricing Data—Modifications. (OCT 1997) 52.217-8 Option to Extend Services. (NOV 1999) 52.217-9 Option to Extend Term of the Contract. (MAR 2000) 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 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities, 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.229-3 Federal, State, and Local Taxes. (APR 2003) 52.232-11 Extras (APR 1984) 52.232-33 Payment by Electronic Funds Transfer – Other than Central Contractor Registration 52.242-13 Bankruptcy. (JUL 1995) 52.252-2 Clauses Incorporated by Reference HSAR contract clauses may be accessed electronically at this address: Homeland Security Acquisition Regulation (HSAR): http://www.dhs.gov/xopnbiz/regulations/ 3052.209-70 Prohibition on Contracts with Corporate Expatriates. 3052.242-71 Dissemnation of contract information. (DEC 2003) 3052.242-72 Contracting officer’s technical representative (DEC 2003) 3052.204-90 Unauthorized Use of the U.S. Secret Service Name ~~~~~~~~~~~~~~~~~~~~~~~~~~~~ V. ADDITIONAL INFORMATION FOR OFFERORS Since this is a competitive requirement, please do not telephone with questions but email them. Questions regarding the solicitation must be emailed to Danielle Donaldson at Danielle.Donaldson@usss.dhs.gov no later than 20 June 2011 by 1300 hours EDT. If you do not receive a confirmation response then your question was not received. The deadline for receipt of quote is 7 July 2011 by 0900 hours EDT. All documents required for submission of proposal must be sent to Danielle Donaldson via email to Danielle.Donaldson@usss.dhs.gov. Hard copy or faxed proposals shall not be accepted. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USSS/PDDC20229/238865/listing.html)
- Place of Performance
- Address: 6700 Powder Mill Road, Laurel, Maryland, United States
- Record
- SN02466568-W 20110609/110607235357-2b223218888de8632c1ca482c947f798 (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 |