Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2013 FBO #4305
MODIFICATION

R -- Blanket Purchase Agreement (BPA) for Non-personal services to provide remote outpatient encounters coding services.

Notice Date
9/5/2013
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F-13-T-0061
 
Response Due
9/13/2013
 
Archive Date
11/4/2013
 
Point of Contact
Thelma Walker, +49637194645406
 
E-Mail Address
European Regional Contracting Office
(thelma.walker@us.army.mil)
 
Small Business Set-Aside
N/A
 
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 W9114F-13-T-0061 is issued as a Request for Quotation (RFQ). Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50, effective 16 March 2011. Not a set-aside. North American Industry Classification System (NAICS) code for this solicitation is 518210. The Europe Regional Contracting Office has a requirement to establish a Blanket Purchase Agreement (BPA) for Non-personal services to provide remote outpatient encounters coding services for seven (7) U.S. Army Medical Activity, Bavaria (BMEDDAC) Health Clinics, Germany, in accordance with the attached Performance Work Statement. The CLINs for this acquisition are as follows: CLIN 0001 Remote Coding Period of Performance: 1 October 2013 - 30 September 2014 Quantity: 180,000 (each) CLIN 0002 Contractor Manpower Reporting (31 Oct 14) Quantity: 1 (each) CLIN 1001 Remote Coding Period of Performance: 1 October 2014 - 30 September 2015 Quantity: 180,000 (each) CLIN 1002 Contractor Manpower Reporting (31 Oct 15) Quantity: 1 (each) CLIN 2001 Remote Coding Period of Performance: 1 October 2015 - 30 September 2016 Quantity: 180,000 (each) CLIN 2002 Contractor Manpower Reporting (31 Oct 16) Quantity: 1 (each) CLIN 3001 Remote Coding Period of Performance: 1 October 2016 - 30 September 2017 Quantity: 180,000 (each) CLIN 3002 Contractor Manpower Reporting (31 Oct 17) Quantity: 1 (each) CLIN 4001 Remote Coding Period of Performance: 1 October 2017 - 30 September 2018 Quantity: 180,000 (each) CLIN 4002 Contractor Manpower Reporting (31 Oct 18) Quantity: 1 (each) The following Federal Acquisition Regulation (FAR) clauses and provisions apply to this acquisition: CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE 52.203-3 Gratuities (APR 1984) 52.203-6 Restrictions on Subcontractor Sales to the Government (SEP 2006) 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) 52.214-34 Submission of Offers in the English Language (APR 1991) 52.222-19 Child Labor - Cooperation with Authoriites and Remedies (MAR 2012) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (SEP 2010) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.225-14 Inconsistency Between English version And Translation of Contract (FEB 2000) 52.229-6 Taxes - Foreign Fixed Price Contracts (JUN 2003) 52.232-36 Payment by Third Party (FEB 2010) 52.232-99 Providing Accelerated Payment to Small Business (AUG 2012) (Deviation) 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) 52.247-29 F.O.B. Origin (FEB 2006) 252.201-7000 Contracting Officer's Representative - Dec 1991 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) 252.204-7003 Disclosure of Information (Dec 1991) 252.204-7003 Control of Government Personnel Work Product (APR 1992) 252.205-7000 Provision of Information to Cooperative Agreement Holders (Dec 1991) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Governments of a Terrorist Country (DEC 2006) 252.222-7002 Compliance with Local Labor Laws (Overseas) (JUN 1997) 252.225-7012 Preference for Certain Domestic Commodities (JUN 2010) 252.225-7041 Correspondence in English (JUN 1997) 252.229-7000 Invoices Exclusive of Taxes or Duties (JUN 1997) 252.229-7002 Customs Exemptions (Germany) (JUN 1997) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (MAR 2008) 252.232-7008 Assignment of Claims (Overseas) (JUN 1997) 252.232-7009 Mandatory Payment by Governmentwide Commercial Purchase Card (Dec 2006) 252.232-7010 Levies on Contract Payments (DEC 2006) 252.233-7001 Choice of Law (Overseas) (JUN 1997) CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commerical Items(NOV 2012)ALT I 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2012) (Deviation) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (SEP 2010) 52.252-1 Solicitation Provisions incorporated by Reference (FEB 1998) 52.252-2 Clauses Incorporated by Reference -(FEB 1998) 52.252-5 Authorized Deviations in Provisions (APR 1984) 52.252-6 Authorized Deviations in Clauses (Apr 1984) 252.203-7005 Representation Relating to Compensation of Former DOD Officials (NOV 2011) 252.204-7008 Export Controlled Items (APR 2010) 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items - MAY 2011 (Deviation) 252.225-4042 Authorization to Perform - (APR 2003) Contractor Manpower Reporting. ACCOUNTING FOR CONTRACT SERVICES -The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including sub-contractor); (6) Estimated direct labor dollars paid this reporting period (including sub-contractor); (7) Total payments (including sub-contractor); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (10) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest City, Country, when in an overseas location, using standardized nomenclature provided on website); (11) Presence of deployment or contingency contract language, and, (12) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). (13) As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each Government fiscal year and must be reported by 31 October of each calendar year. The contractor shall notify the Contracting Officer's Representative (COR) by the 5th working day of November whether or not they have completed this report. If the COR is unavailable, the contractor will notify the Contracting Officer. ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - JUN 2008 a) Factor I - Technical Factor. The vendor must explain how they will comply with the requirements in the request for quote by submitting a written quote which describes: Subfactor 1: Vendor shall have the ability to provide Quality Control Plan that meets DOD Compliance prior to award of contract. Subfactor 2: Vendor shall have the ability to provide remote coding services using computers that are capable of interfacing with DOD programs AHLTA, CHCS I and CCE. Subfactor 3: Vendor shall have the ability to provide B2B certificates prior to start of contract. Subfactor 4: Vendor shall demonstrate capability of providing coders certified by American Health Information Management Association (AHIMA) or American Academy of Professional Coders (AACP) with one of the following coding certifications: CPC, CPC-P, CCE, CCS-P, RHIT, RHIA. Subfactor 5: Vendor shall have the ability to provide coders with a minimum of five (5) years of experience utilizing Department of Defense Coding Guidelines. b) Factor II - Price. Quoters shall submit quotes for CLINs 0001 and 0002. c) ELECTRONIC OFFERS. Vendors may submit electronic quotes in response to this RFQ. The quote must arrive by the time specified in the RFQ to the following email address: thelma.d.walker.civ@mail.mil Vendors may email or call T. Walker 011-49-6371-9464-5406 to verify receipt of the quote. If the vendor chooses to email the quote, the Government will not be responsible for any failure of transmission or receipt of the quote, or any failure of the vendor to verify receipt of the emailed quote. d) OFFER DUE DATE: The offer due date/local time is 13 September 2013, 02:00 PM, Central European Time. e) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions by email regarding this RFQ by end of business 26 Aug 2013. Answers will be posted on 5 Sep 2013. ADDENDUM TO FAR 52.212-2 (a) The Government will award a Blanket Purchase Agreement resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and technical factors considered. Award will be made on the basis of the low price technically acceptable quote. To be considered for award, quoter shall describe how they intend to comply with the requirements. If any one of the technical sub-factors is rated Unacceptable, then that offeror's proposal may no longer be considered for BPA award. b) Factor I - Technical. EVALUATION STANDARDS. The quoter's technical quote will be evaluated using the following standards for a final rating: ACCEPTABLE: A quote that meets the Government's Technical Factors and Subfactors identified in the solicitation. UNACCEPTABLE: A quote that fails to meet the Government's Technical Factors and Subfactors identified in the solicitation. c) Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. Contracting Office Address: European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180 Point of Contact(s): T. Walker, 011-49-6371-9464-5406
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F-13-T-0061/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN03176674-W 20130907/130906000510-48bebea3d365a2278c176d89096be2e2 (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.