Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 24, 2014 FBO #4444
MODIFICATION

U -- NREMT Paramedic Certification Course - Amendment 1 - 22 JAN 14 - Responses to Questions

Notice Date
1/22/2014
 
Notice Type
Modification/Amendment
 
NAICS
611310 — Colleges, Universities, and Professional Schools
 
Contracting Office
Department of the Air Force, Air Force Installation Contracting (AFICA), Air Force Installation Contracting (AFICA), 1940 Allbrook Dr, Bldg 1, Door 1, Room 300, Cubicle 481, Wright Patterson AFB, Ohio, 45433-5344, United States
 
ZIP Code
45433-5344
 
Solicitation Number
FA8052-14-R-0005
 
Archive Date
2/28/2014
 
Point of Contact
Dustin G. Tatum, Phone: 21039382, Alice P. Sanders, Phone: 2103959393
 
E-Mail Address
Dustin.Tatum@us.af.mil, alice.sanders.2@us.af.mil
(Dustin.Tatum@us.af.mil, alice.sanders.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
22 JAN 14-Responses to Questions REVISED - Attach 3 -NREMT Evaluation Factors & Subfactors REVISED - Attach 2- DRAFT-FA8052-14-D-0002 Basic Contract REVISED - Attach #1 PWS-NREMT Paramedic dated 22 JAN 2014 AMEND 01-FA8052-14-R-0005 Changes to Synopsis/Solicitation This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and attached Performance Work Statement (PWS) dated 22 Jan 2014 (Attachment #1). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number, FA8052-14-R-0005 The National Registry of Emergency Medical Technician (NREMT) Paramedic Certification Course. The associated NAICS Code is 611310 with a size standard of $25,500,000.00. This solicitation is issued as a Request for Proposal (RFP) and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-71. The 773rd Enterprise Sourcing Squadron (773 ESS/PKB) Contracting Office intends to award a single-award Firm Fixed Price non-personal service Indefinite Delivery/Indefinite Quantity (IDIQ) contract with a Cost Reimbursement line items for additional NREMT Paramedic exam re-testing costs. This acquisition will be solicited as full and open competition. The period of performance for this contract will be a total of five (5) years from contract award, a base year and four (4) one-year ordering periods. The contract will consist of the CLINs shown in the REVISED-DRAFT-FA8052-14-D-0002 Basic Contract (Attachment #2). The contractor shall support the following functions: Provide two overlapping training sessions that result in certification of up to 60 Air Force EMTs to the Paramedic Level per ordering period in accordance with the established standards set forth by NREMT, National EMS Education Standards and Paramedic Instructional Guidelines. Each five month training course will consist of no less than 20 students and no more than 35 students, and each class be initiated with the issuance of a new order under the basic IDIQ contract. 1. In order to provide HQ AFMOA leadership oversight of the students by the Contracting Officer Representatives (CORs) and due to reduced travel funding, the training facility must be located within a 350 mile radius of Joint Base San Antonio (JBSA), Texas. 2. The contractor shall be fully certified and accredited by the Committee on Accreditation of Educational Programs for the Emergency Medical Services Professions (CoAEMSP), as granted by the Commission on Accreditation of Allied Health Education Programs (CAAHEP), as an approved program for paramedic training and certification. A CoAEMSP Letter of Review (LOR) is acceptable. 3. Required training shall include real world "ride along" (field internship) clinical program to all Paramedic students. 4. Provide a training facility located within 50 miles of a Level 1 Trauma Center; a hospital equipped to handle any level of severity of trauma, and has a trauma surgeon on-site 24/7 and an Operating Room ready at all times for trauma cases as defined by the American College of Surgeons. 5. Maintain a medical oversight relationship with a large urban EMS system with an Advanced Life Support (ALS) call rate of greater than 35% (Provide documentation of current relationship with EMS system and that ALS calls exceed 35% over the previous 2 years) 6. Contractor shall be a post-secondary educational institution. 7. Provide training that does not exceed 150 calendar days, including student travel. Training will consist of ALS courses for Paramedic certification with NREMT to include Advanced Cardiac Life Support (ACLS), Pediatric Advanced Life Support (PALS), and Basic Life Support (BLS). 8. Provide all textbooks and an opportunity for each student who successfully completes the program to take the National Registry Paramedic psychomotor and cognitive examinations. 9. Provide, at no additional cost, 1 NREMT Paramedic testing opportunity after graduation of the course but prior to student's departure back to home station. 10. Provide, at no additional cost, remedial training for students following their first time failure of the NREMT Paramedic Exam. Remedial training days will be in addition to the 150 calendar days allowed for initial training. Re-testing must be scheduled and accomplished prior to the student departing; but will not exceed, under any circumstances, 179 calendar days. 11. Provide all course material and any special uniform requirements to each student, (i.e., cargo pants, polo or tee-shirts required for clinical or ride-alongs). And provide all equipment, (i.e., stethoscope, trauma shears or utility scissors), and personal protective equipment for training, excluding pens, pencils, and writing paper. 12. Provide certificates of completion to students upon successful completion of training. 13. Provide students earned credit/semester hours with an official transcript at no additional cost or fee. Please review the Performance Work Statement dated 22 Jan 2014. All proposals will be evaluated in accordance with FAR 15.101-2 - Lowest Price-Technically Acceptable Source Selection Process. Award may be made without discussions with the Offeror(s); the government reserves the right to have discussions, if required. PROVISIONS/CLAUSES: All of the provisions and clauses shown in DRAFT Basic Contract (Attachment #2) apply to this solicitation. FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, applies to this solicitation and the Offeror must include a completed copy of this provision with their proposal. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this Solicitation. The clause at FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders, Commercial Items, applies to this solicitation. FAR 52.219-9, Small Business Subcontractin Plan, along with DFARS 252.219-7003, Small Business Subcontracting Plan (DoD Contracts) apply to this solicitation. FAR Clause 52.217-8, Option to Extend Service may apply. FAR 52.222-41 Service Contract Act of 1965 applies to this solicitation. The provision at 252.209-7999 Representation by Corporations Regarding an unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation 2014-O0004) (Oct 2014) applies to this solicitation and the Offeror must include a completed copy of Attachment #6 entitled DFARS 252.209-7994 with their proposal. An addendum is added to FAR 52.216-9 Order Limitations and FAR 52.216-22 Indefinite Quantity as shown below. FAR Provision 52.212-1, Instructions to Offerors - Commercial Item: Each Offeror is required to submit their proposal as specified in FAR Provision 52.212-1, Instructions to Offerors-Commercial Items Addendum 1. The response shall consist of two (2) separate parts, Part I - Technical Capability, and Part II - Pricing. Offeror shall submit a subcontracting plan in accordance with FAR 52.219-9 and DFARS 252.219-7003. Offeror shall submit proof of accreditation or Letter or Review (LOR) with the Committee on Accreditation of Educational Programs for the Emergency Medical Services Professions (CoAEMSP). Offeror shall also submit proof of current relationship with large urban EMS system, and that ALS calls exceed 35% over the previous 2 years. A breakout of call volume records showing EMS level of care category provided is acceptable. ADDENDUM - FAR 52.212-1, Instructions to Offerors - Commercial Items (Jul 2013): Submission of Offers. General Instructions: (i) Interested parties capable of providing the specified services must submit a written offer via email to: Contract Specialist - Dustin Tatum at Dustin.Tatum@us.af.mil (ii) Do not send as an executable or.exe file. Email size shall not exceed five megabytes. Documents may be compressed (zipped) using WinZip 8.1 or later version. Any corrupted file or media containing a virus could result in the offer not being considered for award. (iii) Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2007 ® and Microsoft ® Excel 2007 ®. PDF is Adobe ® Portable Document Format. (iv) Submit offer as follows: DOCUMENT CONTENT FILE FORMAT - The minimum font size for the proposal pages is 12 pitch. Required documents should be submitted via electronic email with a request receipt, and should be clearly marked as to volume number, title, copy number, solicitation identification and the Offeror's name, address, CAGE code, DUNS number, and Tax Identification Number. (End of Provision) FAR Provision 52.212-2 Evaluation - Commercial Items (Jan 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and the Lowest Price Technically Acceptable (LPTA) Source Selection technique. Evaluation may be made with or without discussions with the Offeror(s). The Government technical evaluation team will evaluate the technical proposals on an acceptable/unacceptable basis, assigning ratings of Acceptable or Unacceptable. A decision on the technical acceptability of each Offeror's technical proposal shall be made based on the evaluation criteria listed in the attached evaluation criteria document and the PWS. Only those offers determined to be technically acceptable, either initially or a result of discussions will be considered for an award. The offers shall be evaluated against the following two (2) factors (See REVISED Attachment #3 - Evaluation Factors & Subfactors): Factor 1. Technical Capability Factor 2. Price Part I: Technical Capability (Do not exceed 20 pages. This includes the cover page, cover letter, and table of contents). Factor 1: Technical Capability Technical Capability Proposals will be given a rating of Acceptable or Unacceptable. A technically acceptable proposal shall have a sound technical approach that meets all Performance Work Statement (PWS) requirements. Determination Definition ACCEPTABLE: ALL of the minimum acceptable criteria are clearly met by the proposal. The Offeror's proposal meets the performance and technical capability requirements defined in the PWS. UNACCEPTABLE: Not all of the minimum acceptable criteria are met by the proposal. An unacceptable proposal contains one or more deficiencies. The proposal fails to meet specified minimum performance and technical capability requirements defined in the PWS. Proposal shall address the following subfactors as detailed in REVISED-Attachment #3: Subfactor 1: Training Requirements Subfactor 2: Accreditation Subfactor 3: Location Part II: Pricing (Please include the cover page, cover letter, and table of contents that provides the curriculum of the course). Factor 2: Price The price proposal will be evaluated for reasonableness based upon a comparison of the Offeror's price to the price of competitors. When two or more technically acceptable offers are received (competition) and the lowest price is selected, the price of the lowest offeror can be concluded to be fair and reasonable. A price that is very low will be verified to assure that the offeror understands what is being asked for and no mistakes have been made in preparing the price. In accordance with FAR 15.403-1(b) and FAR 15.403-3(a), information other than pricing data may be required to support price reasonableness or realism in the absence of competition. Information shall be provided in accordance with FAR 15.403-5. If after receipt of the proposals, the Contracting Officer determines that there is insufficient information available to determine price reasonableness and none of the exceptions in FAR 15.403-1 apply, the offeror shall be required to submit pricing data. The offeror is to complete the yellow highlighted areas for the costs of each CLIN within the Pricing Schedule (Attachment 4) and submit with the proposal, which will be evaluated for reasonableness. Do not make changes to the format of the Excel Spreadsheet in Attachment #4 without approval from the Contracting Officer. Proposed schedule is provided and is subject to change. The Government will rank all technically acceptable offers by price. Failure to provide prices as stated above may result in the rejection of the proposal. All pricing information shall be addressed ONLY in Pricing file format. Technical Capability and Price are considered equal. (End of Provision) Contractors are required to complete the following provision and submit with proposal: 252.209-7994 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW- FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-O0004) (OCTOBER 2014) (a) In accordance with section 101(a) of Division A of the Continuing Appropriations Act, 2014,(Pub. L. 113-46) none of the funds made available by that Act for DoD (including Military Construction funds) may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) ADDENDUM - 52.216-9 ORDER LIMITATIONS (OCT 1995) The following paragraph is ADDED to 52.216-9: (e) The contractor is not obligated to honor any order issued between 01 Oct and 02 Jan of any year within the ordering period shown in DFARS Clause 252.216-7006 Ordering, due to issues that may arise from University/College closings and travel of students during the holidays. The Government may issue a Task Order during this period if the contractor and Government agree that the requirement can be fulfilled during this time. (End Clause) ADDENDUM-52.216-22 INDEFINITE QUANTITY (OCT 1995) Paragraph 52.216-22 (c) is hereby REPLACED BY: Withstanding any limitations on quantities in the Order Limitations clause or in the Schedule, the contractor will not be obligated to honor more than three (3) Task Orders during a given ordering period. (End Clause) Period for Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 90 days from the date specified for receipt of offers. Questions shall be submitted in writing regarding the terms and conditions of this synopsis/solicitation by email only (see addendum 1 - submission of offers) Solicitation Questions. Any questions relating to the solicitation shall be submitted to the Contract Specialist and Contracting Officer (CO) noted above NLT 01:00 PM (CST) on Wednesday, 05 February 2014. Any questions received after this time/date may or may not be answered due to time constraints of the solicitation (see addendum 1 - submission of offers) Technical Capability and Cost/Price proposals are due NLT 01:00 PM (CST) on Thursday, 13 February 2014. Any proposals received after designated closing date and time will not be considered for award (see addendum 1 - submission of offers) Potential Offerors are to review and address the attachments which include the Performance Work Statement/Appendixes dated 22 Jan 2014 (Attachment #1), REVISED-DRAFT-FA8052-14-D-0002 Basic Contract (Attachment #2), REVISED-Evaluation Factors and Subfactors (Attachment 3), Pricing Schedule (Attachment 4), Quality Assurance Surveillance Plan dated 22 Aug 2013 (Attachment 5), and DFARS 252.209-7994 (Attachment 6). Also include in proposal that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD) has mandated the use of WAWF. The Offeror must be registered and current on the System for Award Management website (https://www.sam.gov/portal/public/SAM/ ) no exemptions. All invoices shall be submitted using Wide Area Work Flow (WAWF). To get more information about how to register for WAWF, contractors can go to the following web site and download the Contract Pay information: http://www.dfas.mil/contractorpay/ContractPayInformation.pdf. Attachments are as follows: Attachment 1: Performance Work Statement (PWS) dated 22 Jan 2014 Attachment 2: REVISED-DRAFT-FA8052-14-D-0002 Basic Contract Attachment 3: REVISED-Evaluation Factors & Subfactors Attachment 4: Pricing Schedule Attachment 5: Quality Assurance Surveillance Plan dated 22 Aug 2013 Attachment 6: DFARS 252.209-7994
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/fd0fcf42b2fe1722cab31f3b7c06badd)
 
Record
SN03271904-W 20140124/140122233948-fd0fcf42b2fe1722cab31f3b7c06badd (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.