MODIFICATION
Q -- Blanket Purchase Agreement for Dental Services During UTA's
- Notice Date
- 2/23/2015
- Notice Type
- Modification/Amendment
- NAICS
- 621210
— Offices of Dentists
- Contracting Office
- USPFO for New Mexico, 47 Bataan Road, Santa Fe, NM 87505-4695
- ZIP Code
- 87505-4695
- Solicitation Number
- W912J3-15-T-E002
- Response Due
- 3/18/2015
- Archive Date
- 4/24/2015
- Point of Contact
- Patrick Euler, 505-474-1856
- E-Mail Address
-
USPFO for New Mexico
(patrick.j.euler.civ@mail.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. 1. 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. 2. Solicitation W912J3-15-T-E002 for non-personal services is being issued as a Request for Quotation. 3. The USPFO for NM, NM Army National Guard intends to establish a Blanket Purchase Agreement (BPA) with one or more Dental Service providers to provide Dental Service for members of the New Mexico Army National Guard on Unit Training Assembly (UTA) Weekends and other occasions as needed throughout the life time of the BPA. The Government intends to enter into a BPA for one base year (30 March 2015 to 29 March 2016) with four (4) option years (2020). This time can be shortened at the government's discretion. This BPA will have a period of performance of five (5) years from date of agreement via issuance of Blanket Purchase Agreement Calls. The BPA will be reviewed annually. The BPA Master Dollar Limit shall be $5,000,000.00. Call limits will be $150,000.00 4. Dental Service Requirements: Dental Service requirements will be per the attached PWS. 5. Place of Performance: Performance will take place throughout New Mexico identified per BPA Call. 6. Quotes should include pricing per the attached price lists. Variance from the price list should be coordinated with the Purchasing and Contracting office prior to acceptance. 7. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-79. The intent is to award a 5 year BPA. This acquisition is a 100% set-aside for small businesses. The associated NAICS code for this acquisition is 621210; Small Business Administration size standard is $15.0 Mil. FAR 52.212-2 Evaluation Commercial Items (Jan 1999) the following factors shall be used to evaluate offers: (i) Technical capability of the item offered to meet the Government needs, (ii) Price, (iii) Past Performance. The relative order of importance of the evaluation factors are in descending order of importance. When combined Technical Capability and Past Performance, are approximately equal to price. Past Performance will be evaluated using previous contract performance. Technical Capability will be evaluated by submission of qualified personnel resumes and certifications required to complete performance. 8. Please note that a BPA is not a contract. A BPA is a streamlined method for acquiring commodities / services on an as-needed basis from qualified sources that are readily available and thus eliminate the need for repetitive costly re-procurements. There is no minimum or maximum guaranteed quantity. All BPA Call Orders must be acknowledged by the selected vendor in order to be retained on the BPA calling list. The Government does not intend to pay for any information provided under this notice. The Government is not obligated to notify respondents of the results of this notice. 9. Period of Performance: 30 March 2015 to 29 March 2020 (anticipated) 10. Clauses & Provisions: It is the contractor's responsibility to be familiar with applicable clauses and provisions. Clauses and provisions can be found at: http://farsite.hill.af.mil/vffar1.htm The following provisions and clauses apply to this acquisition: 52.204-7 System for Award Management 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13Reporting Executive Compensation and First Tier Subcontract Awards SAM Maintenance 52.209-6Protecting the government's interest when subcontracting with contractors debarred, suspended, or proposed for debarment 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS ALTERNATE I 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS 52.219-6 Notice Of Total Small Business Set-Aside 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-19 Child Labor -- Cooperation with Authorities and Remedies 52.222-21 Prohibition Of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Affirmative Action For Workers With Disabilities 52.222-37 Employment Reports on Veterans 52.222-41 Service Contract Act Of 1965 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE 52.252-2 CLAUSES INCORPORATED BY REFERENCE 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-39 Unenforceability 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.247-34 F.O.B. Destination 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management 252.204-7011 Alternative Line Item Structure 252.211-7003 ITEM IDENTIFICATION AND VALUATION 252.204-7012 Safeguarding of Unclassified Controlled Technical Information 252.211-7008 Use of Government-Assigned Serial Numbers 252.225-7000 BUY AMERICAN--BALANCE OF PAYMENTS PROGRAM CERTIFICATE 252.225-7001 Buy American And Balance Of Payments Program 252.225-7036 Alt I Buy American--Free Trade Agreement--Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Transportation of Supplies by Sea (May 2002) Alternate III 12. A) Offers shall include with their quotes a completed copy of 52.212-3 ALT I, Offeror Representations and Certifications-Commercial Items or enter at website https://www.sam.gov/portal/public/SAM/; if Representations and Certifications have been completed on System for Award Management (SAM) provide CAGE Code, Dun and Bradstreet number (DUNS) code, and Tax Identification Number (TIN). B) Offers shall include with their quotes a completed copy of 252.209-7993 Representation By Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law. 13. All firms or individuals responding must be registered with the System for Award Management (SAM) and Wide Area Workflow (WAWF). Information concerning SAM and WAWF registration requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ and https://wawf.eb.mil/. 14. The contracting office address is as follows: Patrick Euler USPFO for NM 47 Bataan Blvd Santa Fe, NM 87508 15. All responses must be sent to Patrick Euler via email at patrick.j.euler.civ@mail.mil, responses shall be submitted no later than 11:00 AM MST, Wednesday 18 March 2015. 16. Questions via email shall be submitted no later than 11:00 AM MST, Thursday, 12 March 2015 by emailing them to patrick.j.euler.civ@mail.mil and julian.k.austring.mil@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA29/W912J3-15-T-E002/listing.html)
- Place of Performance
- Address: USPFO for New Mexico 47 Bataan Road, Santa Fe NM
- Zip Code: 87505-4695
- Zip Code: 87505-4695
- Record
- SN03648730-W 20150225/150223234740-bbe593e56ae9a07249f86a00f5f0904b (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 |