Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2014 FBO #4628
SOLICITATION NOTICE

Q -- Instruction Services for Sexual Assault Medical Forensic Examiners - LRMC Landstuhl Germany

Notice Date
7/25/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
European Regional Contracting Office, ATTN:MCAA E, Building 3705, Landstuhl, Germany APO, AE 09180
 
ZIP Code
09180
 
Solicitation Number
W9114F14T0055
 
Response Due
8/25/2014
 
Archive Date
9/24/2014
 
Point of Contact
Domenico Maddaloni, 011496371596454
 
E-Mail Address
European Regional Contracting Office
(domenico.maddaloni.ln@mail.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-14-T-0055 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 611430. The Europe Regional Contracting Office has a requirement to purchase periodic and mandatory Department of Defense (DoD)-directed didactic and clinical non-personal instruction services for Sexual Assault Medical Forensic Examiners, at the Landstuhl Regional Medical Center (LRMC) Emergency Department, Landstuhl, Germany. The contract line items (CLINs) for this acquisition are as follows: Line Items 0001 - 1001 - 2001 - 3001 - 4001 Non-personal services SAMFE Instruction Services for for at least 5, but not more than 6 weekdays, for at least 40, but not more than 50 hours training course, IAW schedule in Technical Exhibit A, for up to 20 course participants consisting of M.D.s, Physician Assistants, Nurse Practitioners, etc. The SAMFE Instruction Services are mandatory Department of Defense (DoD) directed Sexual Assault Forensics Medical Examiner, in accordance with the national standards established by the Joint Commission (JC), the U.S. Department of Justice National Protocol for Sexual Assault Medical Forensic Examinations, the professional standards at the Landstuhl Regional Medical Center (LRMC), and the Medical Command's Sexual Harassment and Rape Prevention Program (SHARP) standards. The unit of measure - Each - represents at least 5, but not more than 6 weekdays, with at least 40, but not more than 50 hours training course, IAW Par. 1.4 of the PWS. Periods of Performance: 0001 - Base Period of Performance: 29 September - 4 October 2014 - QTY 1 1001 - First Option Period: 05 October 2014 - 30 September 2015- QTY 4 2001 - Second Option Period: 01 October 2015 - 30 September 2016 - QTY 4 3001 - Third Option Period: 01 October 2016 - 30 September 2017- QTY 4 4001 - Fourth Option Period: 01 October 2017 - 30 September 2018- QTY 4 Line Items 0002 - 1002 - 2002 - 3002 - 4002 Forensic examination models Trained and experienced forensic examinations Live Female Models for clinical training course in combination with didactic course IAW Par. 5.1.1.2.2 of the PWS. The Contractor shall provide, at a minimum, one (1) professionally-trained female live model who is trained in forensic examination for each class comprised of 1 thru 10 participants. The Government will inform and coordinate with the Contractor management the size and number of class registered participants. Periods of Performance: 0002 - Base Period of Performance: 29 September - 4 October 2014 - QTY 2 1002 - First Option Period: 05 October 2014 - 30 September 2015- QTY 8 2002 - Second Option Period: 01 October 2015 - 30 September 2016 - QTY 8 3002 - Third Option Period: 01 October 2016 - 30 September 2017- QTY 8 4002 - Fourth Option Period: 01 October 2017 - 30 September 2018- QTY 8 Line Items 0003 - 1003 - 2003 - 3003 - 4003 Forensic examination models Trained and experienced forensic examinations Live Male Models for clinical training course in combination with didactic course IAW Par. 5.1.1.2.3 of the PWS. Periods of Performance: 0003 - Base Period of Performance: 29 September - 4 October 2014 - QTY 1 1003 - First Option Period: 05 October 2014 - 30 September 2015- QTY 4 2003 - Second Option Period: 01 October 2015 - 30 September 2016 - QTY 4 3003 - Third Option Period: 01 October 2016 - 30 September 2017- QTY 4 4003 - Fourth Option Period: 01 October 2017 - 30 September 2018- QTY 4 Line Items 0004 - 1004 - 2004 - 3004 - 4004 Travel and Lodging Costs Not-to-exceed (NTE) reimbursement of costs for all travel, transportation, meals, lodging, and incidentals IAW FAR Part 31 and IAW the rates prescribed by the Joint Travel Regulations (JTR) and Par. 1.10.1 of the PWS. Periods of Performance: 0004 - Base Period of Performance: 29 September - 4 October 2014 - QTY 1 1004 - First Option Period: 05 October 2014 - 30 September 2015- QTY 1 2004 - Second Option Period: 01 October 2015 - 30 September 2016 - QTY 1 3004 - Third Option Period: 01 October 2016 - 30 September 2017- QTY 1 4004 - Fourth Option Period: 01 October 2017 - 30 September 2018- QTY 1 Line Items 0005 - 1005 - 2005 - 3005 - 4005 Contractor Manpower Reporting in accordance IAW Par. 10 of the PWS. Contractor shall complete the CMR report not later than 31 October. Periods of Performance: 0005 - Base Period of Performance: 29 September - 4 October 2014 - QTY 1 1005 - First Option Period: 05 October 2014 - 30 September 2015- QTY 1 2005 - Second Option Period: 01 October 2015 - 30 September 2016 - QTY 1 3005 - Third Option Period: 01 October 2016 - 30 September 2017- QTY 1 4005 - Fourth Option Period: 01 October 2017 - 30 September 2018- QTY 1 All vendors must quote place of delivery and acceptance: U.S. Army Landstuhl Regional Medical Center Learning Resource Center Building 3718 66849 Landstuhl, Germany 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 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate IOCT 1995 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights APR 2014 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 2013 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) 52.212-4 Contract Terms and Conditions--Commercial Items - SEP 2013 52.223-5 Pollution Prevention and Right-to-Know Information MAY 2011 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving (AUG 2011) 52.225-13 Restrictions on Certain Foreign Purchases - JUN 2008 52.225-14 Inconsistency Between English Version And Translation Of Contract - FEB 2000 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. - NOV 2011 52.229-6 Taxes--Foreign Fixed-Price Contracts FEB 2013 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.233-1 Disputes MAY 2014 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 52.242-13 Bankruptcy JUL 1995 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials - SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights - SEP 2013 252.204-7000 Disclosure Of Information AUG 2013 252.204-7003 Control Of Government Personnel Work Product - APR 1992 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country MAR 2014 252.216-7009 Allowability of Legal Costs Incurred in Connection With a Whistleblower Proceeding SEP 2013 252.222-7002 Compliance With Local Labor Laws (Overseas) JUN 1997 252.223-7006 Prohibition On Storage And Disposal Of Toxic And Hazardous Materials APR 2012 252.225-7012 Preference For Certain Domestic Commodities FEB 2013 252.225-7041 Correspondence in English - JUN 1997 252.225-7043 Antiterrorism/Force Protection Policy for Defense Contractors Outside the United States MAR 2006 252.225-7048 Export-Controlled Items JUN 2013 252.229-7000 Invoices Exclusive of Taxes or Duties - JUN 1997 252.229-7002 Custom Exemptions (Germany) - JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7008 Assignment of Claims (Overseas)- JUN 1997 252.232-7010 Levies on Contract Payments - DEC 2006 252.233-7001 Choice of Law (Overseas) - JUN 1997 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.243-7002 Requests for Equitable Adjustment DEC 2012 252.244-7000 Subcontracts for Commercial Items JUN 2013 CLAUSES AND PROVISIONS INCORPORATED BY FULL TEXT 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) 52.212-2 Evaluation-Commercial Items (Jan 1999) 52.212-3 Offeror Representations and Certifications-Commercial Items ALT I - APR 2011 52.212-5 Contract Terms and Conditions required to implement Statutes or Executive Orders - Commercial Items - MAY 2012 (Deviation) 52.217-8 Option to Extend Services (NOV 1999) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.233-2 Service of Protest (SEP 2006) 52.222-50 Combating Trafficking in Persons (Aug 2007) Alternate I - AUG 2007 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) 252.204-7012 Safeguarding Of Unclassified Controlled Technical Information NOV 2013 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009) 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2014 Appropriations (Deviations 2014-O0009 - FEB 2014 252.209-7994 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law - Fiscal Year 2014 Appropriations (Deviations 2014-O0004 - OCT 2013 252.225-7042 Authorization to Perform APR 2003 252.244-7000 Subcontracts for Commercial Items JUN 2013 Non-Defense Health Agency (Non-DHA) Health Insurance Portability and Accountability Act (HIPAA) Business Associate Agreement (BAA) (7 JANUARY 2014) ADDENDUM TO 52.212-1 Instructions to Vendors--Commercial Items - FEB 2012 Vendors must explain how they will comply with the requirements in the request for quote by submitting a written quote which describes: Factor I - Technical. Subfactor 1: EXPERIENCE. Quoters shall submit narratives demonstrating the Quoter's capability to provide Sexual Assault Forensics Medical Examiner (SAMFE) training courses services as described in the PWS. The Government will evaluate the proposal for demonstrating that the Quoter has a clear understanding of the nature and magnitude of the effort. Quoter, specifically his/her representative who will conduct the training courses, shall demonstrate: a) at a minimum, five years' experience as a registered practicing SAMFE and SAMFE Instructor specialized education; b) at a minimum, five (5) years clinical experience in the collection of forensic evidence and treatment of sexual assault patients and alleged victims; and c) at a minimum, one (1) year experience and understanding of the Army's Leading Standard for Sexual Assault Medical Forensic Examiners into the SAMFE course Subfactor 2: TECHNICAL APPROACH. Quoters shall submit narratives that clearly describe what resources - personnel, equipment, training and examination material - will be dedicated to meeting the requirements outlined in the PWS. Quoters shall specifically demonstrate the capability to employ forensic examinations live models with at a minimum, one year's experience as a trained model employed in forensic examinations tutorial clinical sessions. Quoters shall submit a Lesson Plan in accordance with 5.13 of the PWS. Subfactor 3: QUALIFICATIONS. Quoters, specifically his/her representative who will conduct the training courses, shall submit written documentation, degree(s) and certificate(s), as described in the PWS. Quoters shall submit current, valid, unrestricted license(s) and registration(s) to practice as a nurse, doctor, physician assistant or independent nurse practitioner in any one of the 50 states, the District of Columbia, Puerto Rico, Guam or the U.S. Virgin Islands that allows for the independent practice of clinical services. Subfactor 4: QUALITY CONTROL PLAN (QCP). Quoters shall submit written QCP including a description of communications and authorities and responsibilities within the organization as it relates to maintaining a QCP and quality management; methods of measuring performance against the standards and the proposed metrics; use by management of performance measures in controlling quality through corrective and preventive actions; and Quality Control organization/staffing and independence. Factor II - Price. The Government will select the quote that is based upon the lowest evaluated price, technically acceptable quote. All CLINs shall have been priced by the vendor. If the vendor failed to price all CLINs, the quote will not be considered for award. Failure to receive an acceptable rating of any of the above Technical Factors will result in an unacceptable technical rating unless the error(s), deficiency (ies) or omission (s) can be corrected. All CLINs shall be priced. If you fail to price all CLINs, your quote will not be considered for award. Para (n) 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: domenico.maddaloni.LN@mail.mil Vendors may call Domenico Maddaloni at 011-49-6371-9464-5414 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. If receipt of the quote submitted by email is not verified within 24 hours of submission, the vendor must resubmit their quote by fax. Para (o) QUESTIONS. Prospective vendors are strongly encouraged to submit any questions regarding this RFQ no later than Monday, 11 August 2014, 4:00 PM Central European Time (CET) to domenico.maddaloni.LN@mail.mil or by fax (011) 49-6371-86-8070. If the vendor chooses to email the questions, the Government will not be responsible for any failure of transmission or receipt of the questions, or any failure of the vendor to verify receipt of the emailed inquiry. If receipt of questions submitted by email is not verified within 24 hours of submission, the vendor must resubmit their inquiry by fax. All questions received will be answered officially through an amendment for distribution to all prospective vendors. ACQUISITION PROCEDURE This is a commercial item under FAR Part 12 and the acquisition procedures to be used for this purchase will be in accordance with FAR Part 13 Simplified Acquisition. SPECIAL NOTE: All vendors must be registered in the System for Award Management (SAM) prior to award. Lack of registration shall make an offer ineligible for award. Vendors may obtain information on registration and annual confirmation requirements by calling 1-866-606-8220 or via Internet at http://www.sam.gov. All quotes are due on the date and Central European Time (CET) time shown on page 1, Block 8 of the SF 1449. Offers may be sent via email to domenico.maddaloni.LN@mail.mil, or faxed to 011-49-6371-86-8070. If the quoter does not receive confirmation that the quote was received within 24 hours of submission, the offeror shall fax a copy of the quote to 011-49-6371-86-8070. The point of contact for this acquisition is Domenico Maddaloni, phone # 011-49-6371-9464-5414 or at domenico.maddaloni.LN@mail.mil. ADDENDUM TO FAR 52.212-2 The Government will issue a Purchase Order to the quoter whose quote represents the best value to the Government, price and other factors considered. Award will be made on the basis of Lowest Price, Technically Acceptable (LPTA) quote. If any Technical requirement below is rated quote mark Unacceptable, quote mark then the Government will no longer consider issuing a Purchase Order to that quoter, thus the quoter will be ineligible for award. EVALUATION STANDARDS. The quoter's technical quote will be evaluated using the following standards for a final rating: ACCEPTABLE: A quote that offers a service/ product which meets all technical requirements identified in the solicitation. UNACCEPTABLE: A quote that offers a service/product which fails to meet one or more of the technical requirements identified in the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA19/W9114F14T0055/listing.html)
 
Place of Performance
Address: European Regional Contracting Office ATTN:MCAA E, Building 3705 Landstuhl, Germany APO AE
Zip Code: 09180
 
Record
SN03439259-W 20140727/140725235659-1db12b415a9c88cf33249c427390caf1 (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.