Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2013 FBO #4171
SOLICITATION NOTICE

Q -- OCO CERTIFIED MEDICAL ASSISTANT - Supporting Documentation

Notice Date
4/24/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Department of the Air Force, Air Combat Command, 9 CONS, 6500 B St Ste 101, Beale AFB, California, 95903-1712
 
ZIP Code
95903-1712
 
Solicitation Number
F1H4M73043A002-OCONURSE
 
Archive Date
6/10/2013
 
Point of Contact
Shawn Creedon, Phone: 5306342574, Timothy J Harms, Phone: 5306344094
 
E-Mail Address
shawn.creedon@beale.af.mil, timothy.harms@beale.af.mil
(shawn.creedon@beale.af.mil, timothy.harms@beale.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Past performance questionaire. n/a Position description Statement of work Combined Synopsis Solicitation OCO Certified Medical Assistant This is a combined synopsis/solicitation for commercial available personal 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. This solicitation, F1H4M73043A002/003 FY13 Funded OCO CMA (Certify Medical Assistant), is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-54, effective 2 November 2011. This procurement is a Total Small Business set-aside IAW FAR Part 6 and Subpart 19.5. Offerors must be registered in the Central Contractor Registry (CCR) to be considered for award. Offerors can register at http://www.sam.gov. The North American Industry Classification code for this procurement is 622110. The size standard for this acquisition is $35.5 Million annual revenue. The standard Industry Code is 8062. Tax identification numbers shall be submitted with quotes. Quotes are due no later than 1300/1:00pm (PST), May 9, 2013. All offerors shall complete and submit with their quotes FAR 52.212-3---Representations and Certifications (attached document); if this information is in Online Representations and Certifications Application (ORCA), please indicate such. If you have any questions, please feel free to contact A1C Timothy Harms at timothy.harms@beale.af.mil or (530) 634-4094 and SSgt Shawn Creedon at shawn.creedon@beale.af.mil (530)-634-2574. Send quotes to: Timothy Harms and Shawn Creedon at 9 CONS/LGCA Faxed quotes are accepted at: (530) 634-3311 E-mailed quotes are accepted at: timothy.harms@beale.af.mil and shawn.creedon@beale.af.mil The following is requested in this solicitation: Two (2) OCO Certify Medical Assistant conforming to the Performance Work Statement, Period of Performance: 0001--OCO CMA (Certify Med. Asst.) (IAW SOW), Period of Performance: 10 JUN 2013-31 MAR 2014; for 1616 hours 0002--OCO CMA (Certify Med. Asst.) (IAW SOW), Period of Performance: 10 JUN 2013-31 MAR 2014; for 1616 hours The following provisions apply to this solicitation and any resulting contract documents: FAR 52.204-7 Central Contractor Registration FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52.212-1 Instructions to Offerors--Commercial Items; FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification FAR 52.237-1 Site Visit FAR 52.212-2 Evaluation -- Commercial Items (Jan 1999) Evaluation Commercial Items: (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: Lowest Price Technically Acceptable. Technical and past performance, when combined, is significantly more important than cost or price and both shall be rated IAW the DoD source selection guide. Technical acceptability will be determined by the subject matter experts and requiring activity 9th MDG. Past Performance information will be evaluated by 9 CONS through various market research methods for accuracy and relevancy to the acquisition (b) Past performance will be rated on the submission of the "Past Performance Questionaire." Past performance is rated significantly more than price. (c) 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. FAR 52.212-3 Offerors Representations and Certifications-Commercial Items FAR 52.219-1 Small Business Program Representation FAR 52.222-22 Previous Contracts and Compliance Reports FAR 52.222-25 Affirmative Action Compliance FAR 52.233-2 Service of Protest FAR 52.252-1 Solicitation Provisions Incorporated by Reference FAR 52.252-3 Alterations in Solicitation FAR 52.252-5 Authorized Deviations in Provisions AFFARS 5352.215-9000 Facility Clearance The following clauses apply to this solicitation and resultant contract: The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items, applies to this acquisition. These additional FAR clauses cited within the clause at 52.212-5 are applicable to this acquisition: FAR 52.216-24, Limitation of Government Liability FAR 52.216-25, Contract Definitization FAR 52.245-2, Government Property Installation Operation Services FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) FAR 52.252-2, Clauses Incorporated by Reference; FAR 52.252-4, Alterations in Contract FAR 52.252-6 Authorized Deviations in Clauses DFARS 252-212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items The following clauses also apply to this solicitation and resultant contract: FAR 52.202-1, Definitions FAR 52.203-3, Gratuities FAR 52.203-5, Covenant Against Contingent Fees FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.203-7, Anti-kickback Procedures FAR 52.203-8, Cancellation, Recession, and Recovery of Funds for Illegal or Improper Activity FAR 52.203-16, Preventing Personal Conflicts of Interest FAR 52.204-2, Security Requirements FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.204-10, Reporting Exclusive Compensation and First Tier Sub Contract Awards FAR 52.204-12, Data Universal Numbering System Number Maintenance FAR 52.204-99 (Dev), System for Award Management Registration (Deviation); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.219-6, Notice of Total Small Business Set-Aside. FAR 52.222-3, Convict Labor FAR 52.222-17, Non-displacement of Qualified Workers FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act FAR 52.222-41, Service Contract Act of 1965. FAR 52.222-42 -Statement Equivalent Rates for Federal Hires FAR 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-6, Drug-free Workplace FAR 52.223-17, Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.224-1, Privacy Act Notification; FAR 52.224-2, Privacy Act; FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-1, Payments; FAR 52.232-3, Payments under Personal Services Contracts FAR 52.232-11, Extras FAR 52.232-18, Availability of Funds FAR 52.232-23, Assignments of Claims FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation; FAR 52.237-3, Continuity of Services FAR 52.242-17, Government Delay of Work FAR 52.243-1 Alt II, Changes - Fixed Price FAR 52.244-6, Subcontracts for Commercial Items FAR 52.245-1, Government Property FAR 52.245-9, Use and Charges FAR 52.246-4, Inspection of Services-Fixed Price FAR 52.246-25, Limitation of Liability FAR 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) FAR 52.249-4, Termination for Convenience of the Government (Services) (Short Form) FAR 52.249-12, Termination (Personal Services) FAR 52.252-2, Clauses Incorporated by Reference FAR 52.252-6, Authorized Deviations in Clauses; FAR 52.253-1, Computer Generated Forms DFARS 252.201-7000 Contracting officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7000 Disclosure of Information DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7004 Alternate A, Central Contractor Registration DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders applicable to Defense Acquisition of Commercial Items; DFARS 252.223-7004 Drug-free Work Force DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.232-7003 Electronic Submission of Payment Requests; DFARS 252.232-7006 Wide Area Workflow Payment Instructions; DFARS 252.239-7001 Information Assurance Contractor Training and Certification AFFARS 5352.201-9101 Ombudsman; AFFARS 5352.223-9001 Health and Safety of Government Installations AFFARS 5352.242-9000 Contractor Access to Air Force Installations; AFFARS 5352.242-9000 Contractor Access to Air Force Installations [Deviation]. Offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors-Commercial Items. In addition, the following addendum applies: Offerors shall submit their quote on the RFQ sheet provided in the solicitation and complete all information requested on the quote sheet. The Government will NOT accept incomplete quotations. The Government reserves the right to award on a multiple award or an all or none basis. Offerors must be registered in the Central Contractor Registration database @ www.sam.gov to be considered for award. Quotes must be received no later than 1:00 PM PST, MAY 9, 2013. All quotes must be sent to A1C Timothy Harms via email at: timothy.harms@beale.af.mil and SSgt Shawn Creedon via email at: shawn.creedon@beale.af.mil. Please feel free to contact either of the following individuals for questions, concerns or clarifications: A1C Timothy Harms via email: timothy.harms@beale.af.mil or by phone at (530) 634-4094, SSgt Shawn Creedon via email: shawn.creedon@beale.af.mil or by phone at (530) 634-2574.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/9CONS/F1H4M73043A002-OCONURSE/listing.html)
 
Place of Performance
Address: 9MDG, BEALE AFB, CA 95903, BEALE AFB, California, 95903, United States
Zip Code: 95903
 
Record
SN03044548-W 20130426/130424234736-ff706e62920b659837ce2b6b08608af1 (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.