Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2013 FBO #4236
MODIFICATION

Q -- One (1) Licensed Paramedic and One (1) Licensed Emergency Medical Technician U.S. Army Corps of Engineers (USACE), Vicksburg, Mississippi, Vicksburg District, Mat Sinking Unit

Notice Date
6/28/2013
 
Notice Type
Modification/Amendment
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
USACE District, Vicksburg, ATTN: CEMVK-CT, 4155 Clay Street, Vicksburg, MS 39183-3435
 
ZIP Code
39183-3435
 
Solicitation Number
W912EE-13-T-0034
 
Response Due
7/3/2013
 
Archive Date
8/27/2013
 
Point of Contact
Leah B. Cobb, 6016317905
 
E-Mail Address
USACE District, Vicksburg
(leah.b.cobb@usace.army.mil)
 
Small Business Set-Aside
Total 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 No. W912EE-13-T-0034 is being issued as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. This procurement is 100% set-aside for Small Business. The North American Industry Classification System Code (NAICS) for this procurement is 621999, SIC Code 8099, with Size Standard of $10.0 M. The U.S. Army Corps of Engineers (USACE), Vicksburg, Mississippi, Vicksburg District, Mat Sinking Unit has a requirement for Advanced Life Support (ALS) services, equipment and personnel of 1 Paramedic and 1 Emergency Medical Technician-Basic/Intermediate (or 2 Paramedics). With this modification of the solicitation the following changes are effective. Revised Specifications - See Additional documentation Revised Line Items - See Below This procurement may be quoted as follows: Line Item 000l: Services for one (1) Licensed Paramedic in accordance with the specifications, see additional documentation link below. Services are to begin on or about 17 July 2013 through on or about 2 February 2014. Quantity: 200, Unit of Measure: Days, Unit Price: $ _________; Total amount of Line Item 0001: $ ____________. Line Item 0002: Services for one (1) 1 Licensed Emergency Medical Technician-Basic/Intermediate or Licensed Paramedic in accordance with the specifications, see additional documentation link below. Services are to begin on or about 22 July 2013 through on or about 2 February 2014. Quantity: 200, Unit: Days, Unit Price: $ _________; Total amount of Line Item 0002: $ ____________. Has changed to: This procurement may be quoted as follows: Line Item 000l: Services for one (1) Licensed Paramedic in accordance with the specifications, see additional documentation link below. Services are to begin on or about 5 August 2013 through on or about 16 February 2014. Monday - Friday 8 hours a day. Quantity: 140 Days at 8 hours a day, Unit of Measure: Days, Unit Price: $ _________; Total amount of Line Item 0001: $ ____________. Line Item 0002: Services for one (1) Licensed Paramedic in accordance with the specifications, see additional documentation link below. Services are to begin on or about 5 August 2013 through on or about 16 February 2014. Overtime Hours include 2 hours per day Monday - Friday and 10 hours a day Saturday and Sunday. Quantity: 1040 Overtime Hours, Unit of Measure: Hours, Unit Price: $ _________; Total amount of Line Item 0002: $ ____________. Line Item 0003: Services for one (1) Licensed Paramedic in accordance with the specifications, see additional documentation link below. Services are to begin on or about 5 August 2013 through on or about 16 February 2014. Monday - Friday 8 hours a day. Quantity: 140 Days at 8 hours a day, Unit of Measure: Days, Unit Price: $ _________; Total amount of Line Item 0003: $ ____________. Line Item 0004: Services for one (1) Licensed Paramedic in accordance with the specifications, see additional documentation link below. Services are to begin on or about 5 August 2013 through on or about 16 February 2014. Overtime Hours include 2 hours per day Monday - Friday and 10 hours a day Saturday and Sunday. Quantity: 1040 Overtime Hours, Unit of Measure: Hours, Unit Price: $ _________; Total amount of Line Item 0004: $ ____________. GENERAL PURPOSE: USACE, Vicksburg District, has a requirement for Advanced Life Support (ALS). This includes all supplies, equipment, drugs, protocols and medical direction needed to provide ALS treatment. One (1) licensed Paramedic and one (1) licensed Emergency Medical Technician-Basic/Intermediate (or 2 Paramedics) is required to provide health care services for the employees of the U.S. Army, Corps of Engineers, Mat Sinking Unit. The Mat Sinking Unit is involved in erosion control work on the Mississippi and Atchafalaya Rivers. The unit employs approximately 310 men and 10 women who stay in dormitories aboard floating barges during the work season. They move from one job site to another ranging from Cairo, Illinois to Venice, Louisiana, often in remote locations along the river, and have limited communications facilities. Most of the crew works ten-hour shifts, 12 days per two-week period. There are shift personnel working 24/7 for the entire season. The period of performance will be on or about July 17, 2013 through on or about February 2, 2014. SPECIFICATIONS: Reference the Attachments posted with this solicitation under the quote mark Additional documentation quote mark link toward the bottom of this announcement: SPECIFICATIONS WAGE RATES The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008), applies to this acquisition. The provision at 52.212-2, Evaluation Commercial Items (Jan 1999), is applicable to this acquisition. See the Evaluation and Selection Procedures section below. SAM Registration: All offerors shall be registered in the System for Award Management (SAM), if you are not registered in (SAM), an award CANNOT be made to your company. You may register electronically at http://www.sam.gov. Note to offerors, The Central Contractor Registration (CCR) has been retired and replaced with SAM. In all instances where CCR is referenced you must refer to SAM. Evaluation and Selection Procedures: All quotes submitted will be evaluated for technical qualification. Information or data which is incorporated by reference or otherwise referred to may not be considered. The award will be made to the contractor whose price is the lowest of all offers determined to be technically qualified of performing the required service in accordance with FAR Part 12 Acquisition of Commercial Items. Technically qualified is defined as meeting the minimum requirements in Technical, Past Performance and Price as listed below. Significant factors that will affect contract award: 1. Technical - The Contractor shall provide documentation for certifications, license and experience, Company Experience, and number of personnel and equipment to demonstrate that they have the capability to perform the required work and meet all schedules in the specifications. In order to be determined to be technically qualified, the offeror must demonstrate that it possesses experience on contracts of a similar nature, size, scope, and complexity, utilizing a comparable number of personnel with like skills within the last three years such that the Government can make an affirmative determination that the offeror has sufficient experience to be able to perform the required services satisfactorily. 2. Past Performance - Reference FAR 52.212-1(10) Instructions to Offerors - Commercial Items - Past Performance. 3. Price Prospective contractors must include with their quotes all information required by the Evaluation and Selection Procedures above or the quote will be determined unacceptable. Quotes are due 3 July 2013, not later than 2:00 p.m. Central Time at the USACE Vicksburg District Contracting Office, 4155 East Clay Street, Vicksburg, MS, 39183, ATTN: LEAH COBB. Email quotes will be accepted provided all required literature is included. Fax quotes will not be accepted. For information concerning this solicitation contact Leah Cobb by phone at 601-631-7905 or email at Leah.B.Cobb@usace.army.mil. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) applies to this acquisition. Wage Determination: Wage Determination Number 05-2236 (Rev.-17) is applicable to this requirement. The wage determination is included (See Attachments). Clauses: The following FAR Clauses apply to this acquisition. The full text of all FAR provisions and clauses may be accessed electronically at http://www.farsite.hill.af.mil The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010), applies to this acquisition. The following additional FAR clauses cited in FAR Clause 52.212-5 are applicable to this acquisition: 52.219-6, Notice of Total Small Business Aside (June 2003) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-27 -- Notice of Service-Disabled Veteran-Owned Small Business Set-Aside. 52.219-28, Post Award Small Business Program Re-representation (Apr 2009) 52.222-44 -- Fair Labor Standards Act and Service Contract Act -- Price Adjustment 52.246-4 -- Inspection of Services -- Fixed-Price 52.249-2 -- Termination for Convenience of the Government (Fixed-Price) 52.202-1 Definitions JUL 2004 52.203-3, Gratuities (APR 1984) 52.203-6 Restrictions On Subcontractor Sales To The Government SEP 2006 52.203-7 Anti-Kickback Procedures OCT 2010 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 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.215-2 Audit and Records--Negotiation OCT 2010 52.215-8 Order of Precedence--Uniform Contract Format OCT 1997 52.219-8 Utilization of Small Business Concerns JAN 2011 52.222-1 Notice To The Government Of Labor Disputes FEB 1997 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 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-43 Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) SEP 2009 52.222-48 Exemption from Application of Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification FEB 2009 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-51 Exemption from Application of the Service Contract act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements NOV 2007 52.222-52 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Certification NOV 2007 52.222-53 Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements FEB 2009 52.222-54 Employment Eligibility Verification JAN 2009 52.223-2 Affirmative Procurement of Biobased Products Under Service and Construction Contracts DEC 2007 52.223-3 Hazardous Material Identification And Material Safety Data JAN 1997 52.223-5 Pollution Prevention and Right-to-Know Information AUG 2003 52.223-6 Drug-Free Workplace MAY 2001 52.223-10 Waste Reduction Program AUG 2000 52.223-12 Refrigeration Equipment and Air Conditioners MAY 1995 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts MAY 2008 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 APR 1984 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.228-5 Insurance - Work On A Government Installation JAN 1997 52.232-23 Assignment Of Claims JAN 1986 52.232-25 Prompt Payment OCT 2008 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-1 Disputes JUL 2002 52.233-3 Protest After Award AUG 1996 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 JAN 1991 52.242-13 Bankruptcy JUL 1995 52.246-25 Limitation Of Liability--Services FEB 1997 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7001 Prohibition On Persons Convicted of Fraud or Other Defense- Contract-Related Felonies DEC 2008 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009 252.204-7000 Disclosure Of Information DEC 1991 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country JAN 2009 252.223-7004 Drug Free Work Force SEP 1988 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 1993 252.225-7001 Buy American Act And Balance Of Payments Program JAN 2009 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.225-7013 Duty-Free Entry DEC 2009 252.231-7000 Supplemental Cost Principles DEC 1991 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports MAR 2008 252.243-7002 Requests for Equitable Adjustment MAR 1998 252.247-7023 Transportation of Supplies by Sea MAY 2002 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.219-1 Small Business Program Representations APR 2011 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 The following DFARS Clauses are applicable to this acquisition: 252.209-7002 Disclosure Of Ownership Or Control By A Foreign Government JUN 2010 252.204-7004 CENTRAL CONTRACTOR REGISTRATION (52.204-7) ALTERNATE A (SEP 2007) 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Jun 2010) The following additional clauses cited in DFARS Clause 252.212-7001 are applicable to this acquisition: 252.232-7010, Levies on Contract Payments (DEC 2006) TECHNICAL INQUIRIES AND QUESTIONS: All technical inquiries and questions relating to W912EE-12-T-0034 are to be submitted via Bidder Inquiry in ProjNet at http://www.projnet.org/projnet. To submit and review bid inquiry items, bidders will need to be a current registered user or self-register into the system. To self-register go to web page, click BID tab select Bidder Inquiry, select agency USACE, enter Key for this solicitation listed below, and your e-mail address, click login. Fill in all required information and click create user. Verify that information on next screen is correct and click continue. From this page you may view all bidder inquiries or add inquiry. Bidders will receive an acknowledgement of their question via email, followed by an answer to their question after it has been processed by our technical team. The Solicitation Number is: W912EE-13-T-0034 The Bidder Inquiry Key is: PECJ94-DEPM3U Bidders are encouraged to submit questions at least three days prior to the closing/response date of the solicitation in order to ensure adequate time is allotted to form an appropriate response and amend the solicitation, if necessary. Bidders/Offerors are requested to review the specification in its entirety, review the Bidder Inquiry System for answers to questions prior to submission of a new inquiry. The call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP. For Help with the ProjNet System; the call center operates weekdays from 8AM to 5PM U.S. Central Time Zone (Chicago). The telephone number for the Call Center is 800-428-HELP SPECIAL NOTES TO OFFERORS: - You are responsible for reading all information contained in this solicitation and all attachments posted with it. - Offerors should check the Fed Biz Opps Web Site often for new solicitation and/or modifications to this solicitation. - Quotes are due 3 July 2013 by 2:00 PM at the District Headquarters Office located at 4155 Clay Street, Vicksburg, MS 39183-3435. - Offerors are responsible for ensuring that their quotes arrive prior to the scheduled closing time. - Quotes must be clearly identified for Solicitation No W912EE-13-T-0034 to the Attn. of Leah Cobb, Vicksburg District Contracting Office.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA38/W912EE-13-T-0034/listing.html)
 
Place of Performance
Address: USACE District, Vicksburg ATTN: CEMVK-CT, 4155 Clay Street Vicksburg MS
Zip Code: 39183-3435
 
Record
SN03102885-W 20130630/130628234825-cc0c125986e0969e0adcbfa02d2fecfb (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.