Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 30, 2011 FBO #3688
SOLICITATION NOTICE

Q -- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6.

Notice Date
12/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
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
W91YTZ12R0015
 
Response Due
1/13/2012
 
Archive Date
3/13/2012
 
Point of Contact
Robert Moffett, 202-782-1420
 
E-Mail Address
Medcom Contracting Center North Atlantic
(robert.moffett3@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. Solicitation Number: W91YTZ-12-R-0015 Notice Type: Combined Synopsis/Solicitation Synopsis: (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. (ii)The solicitation number is W91YTZ-12-R-0015 and is issued as an Request for Proposal unless otherwise indicated herein. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-54. (iv)The associated North American Industrial Classification System (NAICS) code for this procurement is 621340 with a small business size standard of $7.00M.This requirement is Set Aside 100% for Service Disabled Veteran Owned Small Business and only qualified offerors may submit proposals. (v) CLIN 0001 Academic Research Coordinator: Quantity 1920 Hours FFP Contract Base Period of Performance: 01 February 2012 through 31 January 2013 Non Personal Service CLIN for Academic Research Coordinator services at the Walter reed national Military medical Center. CLIN 0002 Contrract Manpower Reporting Quantity 1 Each Base Period of Performance: 01 February 2012 through 31 January 2013 CLIN 1001 Academic Research Coordinator: Quantity 1920 Hours FFP Contract Option One Period of Performance: 01 February 2013 through 31 January 2014 Non Personal Service CLIN for Academic Research Coordinator services at the Walter reed national Military medical Center. CLIN 1002 Contrract Manpower Reporting Quantity 1 Each Option One Period of Performance: 01 February 2013 through 31 January 2014 (vi) The services will be of a nature and scope described in the paragraphs below. The contract academic research coordinator will work in conjunction with other health care providers, professionals, and non-contract personnel. The contractor shall provide the non-personal services of an academic research coordinator and will perform services of the nature and scope described in this Performance Work Statement (PWS). The Contractor shall provide services in support of academic research for the Education, Research and Training Directorate, Department of Research Programs, at the Walter Reed National Military Medical Center, Bethesda, Maryland (hereafter referred to as "WRNMMC"). The Contractor shall facilitate and advise WRNMMC on oversight and direction for all WRNMMC research and educational activities. During the term of this contract, the Academic Research Coordinator (ARC) agrees to provide, on behalf of the Government, research coordination services at the Medical Home and other research projects within the ARC domain in accordance with the terms and conditions of this contract. (vii) Joint Task Force National Capital James E Walker 8901 Wisconsin Avenue Bethesda Naval Haspital, Maryland 208889 301-295-4559 Base Period of Performance: 01 February 2012 through 31 January 2013 Solicitation and Buy Attachments (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The Addendum to 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. See Below Addendum to 52.212-1: ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS - COMMERCIAL ITEMS. FAR 52.212-1 is hereby amended to reflect the changes shown below as to the specific paragraph revised. 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 in response to this solicitation. The offer must arrive by the time specified in the solicitation to the following email address: robert.s.moffett@us.army.mil Phone: 301-295-8972 Phone: 301-237-1869 (2) Offerors must email Robert Moffett to verify receipt of the offer. 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. All questions pertaining to this requirement must be received electronically by 10 January 2012 (3) The Government intends to award a firm fixed-price non- personal services contract under the authority of Section 1091 and 1089 of Title 10, U.S.C. Offerors must quote a firm-fixed price for each Contract Line Item. (4) 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 in three separate parts as follows: PART I: TECHNICAL INFORMATION. The contractor shall provide a Compensation Plan. The Compensation Plan must describe how the contractor will compensate qualified personnel to include all fringe. The information provided by the offeror will be a significant factor in the Government's determination of technical acceptability. The Compensation Plan shall include the break down of the contractor's compensation plan and include employee salary amount, employee fringe benefits, as well as company profit overhead and G&A for the geographic area of service (i.e. Maryland, Washington D.C. & Virginia). PART II: 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 cost realism analysis described in EVALUATION OF THE PROPOSED PRICES, in ADDENDUM TO FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS. (i) Price Schedule. DO NOT round figures in the pricing schedule. (ii) Complete and sign SF 1449, page 1, Blocks 30a, b & c. (iii) Signed amendments (if any). (iv) Representations and Certifications found at FAR 52.212-3 and DFAR 252.212-7000 MUST be completed. [Check blocks and fill in blanks.] (5) PROCESS FOR AWARD. Discussions may be conducted whenever the Contracting Officer deems it appropriate. This contract will be awarded strictly in accordance with the criteria and process established in 10 USC Section 1091(c) (1) (B) and (c), and the implementing provisions of DFAR 237.104(b) (ii). (6) BASIS FOR AWARD. Award will be made using low price technical acceptability (LPTA) procedures. Para (g) Contract award. This is amended to state that the Government may conduct discussions prior to contract award. Para (j) Data Universal Numbering System (DUNS) / CAGE Code. The offeror shall obtain these said Codes and submit them to Contracting Center. Registration in the Central Contractor Registration (CCR), if you are a US firm. Award cannot and shall not be made to an offeror without these codes Para (m) Bid 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. (End of Addendum to FAR 52.212-1) (ix) The provision at 52.212-2, Evaluation of Commercial Items - Commercial, applies to this acquisition. The Addendum to 52.212-2, Evaluation of Commercial Items - Commercial, applies to this acquisition. See Below Addendum to 52.212-2: ADDENDUM TO 52.212-2 Paragraph (a) is hereby replaced with the following: The Government will evaluate each proposal strictly in accordance with its contents. A proposal that is unrealistic in terms of technical quality or price will be deemed reflective of an inherent lack of technical competence or indicative of failure to comprehend the complexity and risks of the contractual requirements. Such proposals may be determined unacceptable. Prior to being considered for award, an offeror shall fully demonstrate that it possesses the capabilities which the Government has determined essential to the reliable, efficient and timely accomplishment of the required services. Award will be made using the lowest-price, technically-acceptable source selection process. Award will be made to the offeror that presents the proposal that possesses all of the following characteristics: (1) meets the acceptability standards for non-price factors, (2) conforms to the solicitation, (3) determined acceptable to the Government, (4) is from a responsible offer(as defined in Federal Acquisition Regulation Part 9), and (5) has the lowest price of those offerors meeting the first four characteristics listed here. Technical acceptability will be determined through an evaluation of the offeror's technical proposal. Except for communications conducted for the purpose of minor clarification, the Government intends to evaluate proposals and award a contract without discussions. Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the Contracting Officer to be necessary. Evaluation Factors. The following factors will be evaluated: Factors 1. Technical Merit. Technical merit ratings reflect the Government's confidence in each offeror's 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. 1. Technical Merit shall be based on the review of the Compensation Plan, with primary emphasis on the employee salary amount. - The compensation plan shall include the break down of the contractor's compensation plan demonstrating employee salary amount, employee fringe benefits, as well as company profit overhead and G&A. 2. An effective and realistic compensation plan for the geographic area of service (i.e. Maryland, Washington D.C. & Virginia). The government will reject offers which propose contract hourly wage rates below those prevailing in the geographic areas. Note: Offerors must meet the experience requirement as outlined in Addendum to FAR 52.212-1. Proposals that do not meet the mandatory experience requirement will not be considered further for award.] The following adjectival ratings will be used in evaluating each offeror's technical proposal. Pass- 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, and has adequate recruitment and retention plans. The primary determinant will be the employee salary amount to the individual HCP. Offerors must propose a base salary which is at least commensurate with salaries paid for similar health care providers in the local area in order to be technically acceptable. This salary in almost all instances exceeds the prevailing wage rates in the Department of Labor's wage determination for a locality. A low, or no compensation plan, may be viewed as evidence of failure to comprehend the complexity of the contract requirements or appropriate compensation levels for geographic area where performance will take place. Fail - This rating will be assessed on any offeror that presents a proposal that demonstrates any of the following: 1.Fails to clearly and comprehensively the technical evaluation factors or submit a technical plan. 2.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 factor. 3.Fails to clearly demonstrate that the offeror fully understands and is technically capable to perform the requirements at its total proposed price. 4.Fails to propose a base salary which is at least commensurate with salaries paid for similar health care providers in the local area. Factor 2. Price and Financial Capability. Price will be evaluated separately from the technical and will be evaluated for fairness and reasonability in terms of: A. That the prices are consistent with and reflect the proposed staffing 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 a proposal, either on the basis that the offeror does not understand the required services, or he has made an imprudent offer. C. Compensation for health care providers (employee) shall not exceed $400,000 per year for personal services IAW Title 10 U.S.C. Section 1091 and DoD Instruction 6025.5. D. Impartial consideration will be given to all offers received in response to this solicitation. Offers will be evaluated to determine compliance with all requirements of the solicitation, including any attachments and exhibits. The evaluation criteria will be applied to all offers in the same manner. Each proposal will be evaluated strictly in accordance with its content and the Government will not assume that performance will include areas not specified in the offeror's proposal. E. 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. F. Price analysis techniques will be used to evaluate an offeror's proposal, but will not be scored. Pricing will be evaluated for realism and the extent to which it is fair and reasonable in terms of the Government's requirements. The Government is interested in proposals that meet the requirements with acceptable risk, at a fair and reasonable price. The submitted financial statements and/or evidence of a line of credit will be reviewed by the Contracting Officer to assist in determining offeror responsibility. (End of Addendum to FAR 52.212-2) (x) Offerors will include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its Offer. (xi) The Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition as well as any addendum. 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. CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Alt I 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 Postconsumer Fiber Content Paper MAY 2011 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 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns JAN 2011 52.219-8 Utilization of Small Business Concerns JAN 2011 52.219-14 Limitations On Subcontracting DEC 1996 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 52.222-21 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 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-54 Employment Eligibility Verification JAN 2009 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.242-13 Bankruptcy JUL 1995 52.247-34 F.O.B. Destination NOV 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.204-7000 Disclosure Of Information DEC 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.219-7003 Small Business Subcontracting Plan (DOD Contracts) SEP 2011 252.219-7004 Small Business Subcontracting Plan (Test Program) JAN 2011 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 2011 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 (xii) The clause at 52.212-5, Contract terms and Conditions Required to implement statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) (xiv) (xv) Offers are due 13 January 2012. Submit offers too: robert.s.moffett@us.army.mil (xvi) POC: Robert Moffett @ 301-295-8972 or 301-237-1869
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ12R0015/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: 8901 Wisconsin Avenue Bethesda MD
Zip Code: 20889
 
Record
SN02646190-W 20111230/111228233758-7436ea38812e2129f2700d207ddf87c9 (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.