Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2011 FBO #3507
SOLICITATION NOTICE

Q -- OB/GYN Physician Services for the U.S. Army Medical Command, Martin Army Community Hospital, Fort Benning, Georgia

Notice Date
6/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-11-R-0119
 
Response Due
7/15/2011
 
Archive Date
9/13/2011
 
Point of Contact
Joanne Keyser, 706-787-7570
 
E-Mail Address
Southeast Regional Contracting Office
(joanne.keyser@amedd.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned 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 W91YTV-11-R-0119 and the solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. This requirement is a competitive 100% set aside for Service-Disabled Veteran-Owned Small Businesses (SDVOSB). The associated North American Industry Classification System (NAICS) code for this procurement is 621111 with a dollar limitation of $7.5M. The U.S. Army Medical Command, Martin Army Community Hospital, Fort Benning, Georgia has a requirement for OB/GYN Physician Services. The Contract Line Item Numbers, quantities and units of measure, including options, are: ITEM NO.SERVICEQUANTITYUNITUNIT PRICEAMOUNT 0001BASE PERIOD - 01 SEP 2011 to 30 AUG 2012. Provide OB/GYN Physician Services for Martin Army Community Hospital (MACH), Ft. Benning, GA. 0001AARegular Duty Hours - OB/GYN Phys Services; Base Period - 01 SEP 2011 to 30 AUG 2012.Quantity = 1600; Unit = HR; Price:__________ 0001ABOn-Call, In-House, Nights and Weekend Hours - OB/GYN Phys Services; Base Period - 01 SEP 2011 to 30 AUG 2012. Quantity = 1212; Unit = HR; Price:__________ 0001ACBeeper - Back Up Coverage from Home Hours - OB/GYN Phys Services; Base Period - 01 SEP 2011 to 30 AUG 2012. Quantity = 288; Unit = HR; Price: __________ 0001ADReporting In - Back Up Coverage from Home Hours - OB/GYN Phys Services; Base Period - 01 SEP 2011 to 30 AUG 2012. Quantity = 72; Unit = HR; Price: __________ 1001OPTION PERIOD 1 - 01 SEP 2012 to 30 AUG 2013. Provide OB/GYN Physician Services for Martin Army Community Hospital (MACH), Ft. Benning, GA. 1001AARegular Duty Hours - OB/GYN Phys Services; Option Period 1 - 01 SEP 2012 to 30 AUG 2013. Quantity = 1600; Unit = HR; Price: _______________ 1001ABOn-Call, In-House, Nights and Weekend Hours - OB/GYN Phys Services; Option Period 1 - 01 SEP 2012 to 30 AUG 2013. Quantity = 1212; Unit =HR; Price: __________ 1001ACBeeper - Back Up Coverage from Home Hours - OB/GYN Phys Services; Option Period 1 - 01 SEP 2012 to 30 AUG 2013. Quantity = 288; Unit = HR; Price:__________ 1001ADReporting In - Back Up Coverage from Home Hours - OB/GYN Phys Services; Option Period 1 - 01 SEP 2012 to 30 AUG 2013. Quantity = 72; Unit = HR; Price: __________ 2001OPTION PERIOD 2 - 01 SEP 2013 to 30 AUG 2014. Provide OB/GYN Physician Services for Martin Army Community Hospital (MACH), Ft. Benning, GA. 2001AARegular Duty Hours - OB/GYN Phys Services; Option Period 2 - 01 SEP 2013 to 30 AUG 2014. Quantity = 1600; Unit = HR; Price: __________ 2001ABOn-Call, In-House, Nights and Weekend Hours - OB/GYN Phys Services; Option Period 2 - 01 SEP 2013 to 30 AUG 2014. Quantity = 1212; Unit = HR; Price: __________ 2001ACBeeper - Back Up Coverage from Home Hours - OB/GYN Phys Services; Option Period 2 - 01 SEP 2013 to 30 AUG 2014. Quantity = 288; Unit = HR; Price: __________ 2001ADReporting In - Back Up Coverage from Home Hours - OB/GYN Phys Services; Option Period 2 - 01 SEP 2013 to 30 AUG 2014. Quantity = 72; Unit = HR; Price: __________ TOTAL PRICE FOR BASE PLUS OPTION YEARS = __________________________ This solicitation must be quoted all or none. The Performance Work Statement (PWS) for a personal services full time OB/GYN Physician for Martin Army Community Hospital (MACH) at Fort Benning, Georgia, is provided as Attachment A. The Period of Performance is from 1 September 2011 through 31 August 2012, with two 1 year option periods. This requirement is being solicited as a Personal Service, Fixed Labor Hour, contract type. The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition with the following addendum: Add paragraph: (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. The provisions at FAR 52.212-2 Evaluation Commercial Items (Jan 1999) apply to this solicitation. Paragraphs (b) and (c) apply to this acquisition. As an addendum to FAR 52.212-2, paragraph (a) is replaced with the following: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation is the Lowest Priced, Technically Acceptable (LPTA) Offeror on the basis of the lowest evaluated price, inclusive of options, of proposals meeting or exceeding the technical acceptability and past performance standards. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far. End of Addendum to 52.212-2. The following solicitation provisions are incorporated herein by reference: 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010); 52.209-7 Information Regarding Responsibility Matters (JAN 20111); 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (JAN 2009); and, 252.212-7000 Offeror Representations and Certifications-Commercial Items (JUN 2005) Offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items (AUG 2011) and Alternate I (APR 2011) with their offer. FAR 52.212-4, Contract Terms and Conditions- Commercial Items (June 2010) paragraph (a) through (t) applies to this acquisition. The following is incorporated as an Addendum to 52.212-4: paragraph (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. The following stand alone discretionary FAR and DFARS Clauses are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) Alternate I (OCT 1995); 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010); 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 (JAN 2011); 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 (Dec 2010); 52.209-9 Updated of Publicly Available Information Regarding Responsibility Matters (JAN 2011); 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns (JAN 2011); 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004); 52.219-28 Post Award Small Business Program Rerepresentation (APR 2009); 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor Cooperation with Authorities and Remedies (JUL 2010); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-35 Equal Opportunity for Veterans (SEP 2010); 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010); 52.222-37 Employment Reports on Veterans (SEP 2010); 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010); 52.222-54 Employment Eligibility Verification (JAN 2009); 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.223-5 Pollution Prevention and Right-to-Know Information (AUG 2003); 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010); 52.224-1 Privacy Act Notification (APR 1984); 52.224-2 Privacy Act (APR1984); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.228-5 Insurance-Work on a Government Installation (JAN 19997); 52.232-18 Availability of Funds (APR 1984); 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.233-3, Protest After Award (AUG 1996); and 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (APR 1984); 52.237-3 Continuity of Services; 52.242-13 Bankruptcy (JUL 1995); 52.242-15 Stop Work Order (JUL 1995); 52.247-34 FOB Destination. DFARS 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); 252.201-7000 Contracting Officer's Representative (DEC 1991); 252.204-7000 Disclosure of Information (DEC 1991); 252.204-7003 Control of Government Personnel Work Product (APR 1992); 252.204-7008 Export-Controlled Items; 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country (DEC 2006); 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns (SEP 2004); 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008); and, 252.232-7010 Levies on Contract Payments (DEC 2006); 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010); 252.243-7001 Pricing of Contract Modifications (DEC 1991); and, 252.243-7002 Requests for Equitable Adjustment (MAR 1998). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JAN 2011) Deviation applies to this acquisition. The following clauses are incorporated with fill-in information as stated with each clause: 52.217-8 Option to Extend Services (NOV 1999) with "30 days before contract expires" inserted; 52.252-2 Clauses Incorporated by Reference (FEB 1998) with the websites noted in the last paragraph of this solicitation provided for access to full text of provisions and clauses; 52.252-6 Authorized Deviations in Clauses (APR 1984) with the words: DoD FAR Supplement 48 CFR Chapter 2 inserted in paragraph b; DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (JAN 2009); DFARS 252.204-7008 Export Controlled Items (APR 2010); DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (NOV 2010) Deviation; and Local Clause (LC) 5002 Wide Area Workflow Clause: WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS Electronic Submission of Payment Request Contractor shall submit payment request using the Contracting Officer, the contract administration office, and the payment office. _X__ Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below) ___ Web Invoicing System (WInS) ___ American National Standards Institute (ANSI) X.12 electronic data interchange (EDI) formats ___ Other (please specify)____________________________________ DFAS POC and Phone:___CUSTOMER SERVICE 1-800-553-0527 WAWF-RA is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions - Questions concerning payments should be directed to the Defense Finance and Accounting Service: HQ 0490 You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents. TYPE OF DOCUMENT[X the appropriate block] ___ Commercial Item Financing ___ Construction Invoice (Contractor Only) ___ Invoice (Contractor Only) ___ Invoice and Receiving Report (COMBO) _X__ Invoice as 2-in-1 (Services Only) ___ Performance Based Payment (Government Only) ___ Progress Payment (Government Only) ___ Cost Voucher (Government Only) ___ Receiving Report (Government Only) ___ Receiving Report With UID Data (Government Only) ___ Summary Cost Voucher (Government Only) CAGE CODE: ISSUE BY DODAAC: W91YTV ADMIN BY DODAAC: W91YTV INSPECT BY DODAAC: W33XTL ACCEPT BY DODAAC:W33XTL SHIP TO DODAAC: W33XTL LOCAL PROCESSING OFFICE DODDAC: N/A PAYMENT OFFICE FISCAL STATION CODE: HQ0302 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: Mr. Larry P. NeSmith, Martin Army Community Hospital, Fort Benning, GA. E-mail: larry.nesmith@us.army.mil, Phone: 706.544.5264 ACCEPTOR: Mr. Larry P. NeSmith, Martin Army Community Hospital, Fort Benning, GA. E-mail: larry.nesmith@us.army.mil, Phone: 706.544.5264 RECEIVING OFFICE POC: Mr. Larry P. NeSmith, Martin Army Community Hospital, Fort Benning, GA. E-mail: larry.nesmith@us.army.mil, Phone: 706.544.5264 CONTRACT ADMINISTRATOR: joanne.keyser@us.army.mil CONTRACTING OFFICER: Gloria.brogsdale@us.army.mil ADDITIONAL CONTACT: Joanne Keyser, Phone: 706-787-7570 E-mail: joanne.keyser@us.army.mil (End of clause) Reference FAR 52.252-1 and 52.252-2, full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far or www.dtic.mil/dfars or www.farsite/hill.af.mil. Reference attached Performance Work Statement (PWS). All responsible sources must submit one copy of the technical proposal, including past performance references from a minimum of two government contracts; and, one copy of the price proposal containing the completed CLINs table contained herein to ATTN: Joanne Keyser, Contract Specialist via fax at 706-787-6573 or e-mail: joanne.keyser@us.army.mil by 11:00 am EST, July 15, 2011. For information regarding this solicitation you may contact Joanne Keyser, Contract Specialist via phone: 706-787-7570 or by e-mail.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-11-R-0119/listing.html)
 
Record
SN02487502-W 20110702/110630235911-5ded7a707c70d401cbf7f367088625fb (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.