Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2015 FBO #4877
SOLICITATION NOTICE

Q -- Flight Medicine Physician - Performance Work Statement

Notice Date
3/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 495 Harpe Blvd Suite 256C, Columbus AFB, Mississippi, 39710, United States
 
ZIP Code
39710
 
Solicitation Number
F1N4C15201A001
 
Archive Date
5/15/2015
 
Point of Contact
Desiree Snow, Phone: 662-434-7777, Terrell Phillips, Phone: 6624343661
 
E-Mail Address
desiree.snow@columbus.af.mil, terrell.phillips.1@us.af.mil
(desiree.snow@columbus.af.mil, terrell.phillips.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ Template for contractors to submit their quotes to Government Performance Work Statement- what the Government is expecting from the contractor This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a request for quote (RFQ) for Purchase Request # F1N4C15201A001 Submit written offers - Oral quotes will not be accepted. All firms or individuals responding must be registered with the System for Award Management (SAM) www.sam.gov. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-80 and DFARS Public Notice 20150226. This procurement is being issued as a 100% Small Business Set-Aside under North American Industrial Classification Standard (NAICS) 621111 and Size Standard $11M. It is being solicited as an approved Personal Service Contract for Direct Health Care Services. The requirement is for a CREDENTIALED Health Care Worker (HCW) who will be granted clinical practice privileges in a Military Treatment Facility through a defined credentials process, to treat military beneficiaries in accordance with (IAW) AFI 44-119. All HCWs shall maintain current certification in a basic provider cardio-pulmonary resuscitation (CPR) course such as American Heart Association (AHA) Basic Life Support (BLS) health care provider course or an equivalent course based on published national guidelines for BLS IAW AFI 44-102. Web-based classes do not meet the standards in AFI 44-102. In addition, all HCWs shall maintain current certification in Advanced Cardiac Life Support (ACLS), Pediatric Advanced Life Support (PALS) and Neonatal Resuscitation Course (NRC) as required by AFI 44-102, 2.18. A complete criminal background investigation will be conducted by the Government. This is a new requirement. There is currently no incumbent or existing contract/task order. Description of Service: 1 Position - FLIGHT MEDICINE PHYSICIAN - 1. The contractor must provide a resume with quote submission along with documentation of appropriate formal education, a current Drug Enforcement Administration registration number, 2. Contract personnel must be registered/licensed; all licensing requirements/certifications/accreditation of contractor personnel must be maintained during the entire performance period with proof being submitted to the Government with quote. 3. Performance period will be from approximately 11 May 2015 through 10 May 2016. 4. Acceptance and inspection of all services will be at Columbus AFB, MS. 5. Offers shall conform to the CLIN structure as established in this synopsis/solicitation. 6. Offers shall be valid for 60 calendar days after close of solicitation. 7. Attached Performance Work Statement and Flight Medicine Physician Job Description. 8. All quotes and supporting documents must be received no later than 12:00 pm PDT on 20 Apr 2015 via email to the Contract Specialist, Ms. Desiree Snow, pauline.snow@us.af.mil with a courtesy copy to the Contracting Officer Terrell Phillips, terrell.phillips.1@us.af.mil. The contract will be Firm Fixed Price with the following structure: CLIN 0001 1- Full Time Equivalent (FTE) Position - Flight Medicine Physician, (QTY) 1920, (Unit) Hours, Period of Performance: 11 May 2015 through 10 May 2016. Note: Duty hours are billable to the Government whenever the HCW performs as outlined in the work schedule. WORK SCHEDULE: The HCW shall provide services for the work schedule as established in this contract. Weekly work schedule and billable duty hours are provided below: Contract Weekly Work Schedule: Mon-Fri. 7:30 a.m. - 4:30 p.m. Total Number of Billable Duty Hours: 1,920 Hours per year (base and one option years) Total Number of Overage Hours: 0 Total Number of On-Call Hours: 0 The following federal holidays are observed by Columbus Air Force Base: New Year's Day 1 January Martin Luther King, Jr's Day 3rd Monday of January President's Da 3rd Monday of February Memorial Day Last Monday of May Independence Day 4th of July Labor Day 1st Monday of September Columbus Day 2nd Monday of October Veteran's Day 11 November Thanksgiving Day 4th Thursday of November Christmas Day 25 December Holidays occurring on Saturday will be observed the proceeding Friday. Those occurring on a Sunday will be observed the following Monday. Additional holidays consist of designated Wing stand down and Presidential appointed down days. In addition to the days designated as holidays, the Government observes the following days: Any other day designated by Federal Statute and any other day designated by Executive Order The Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors-Commercial Items and 52.212-2 --Evaluation--Commercial Items applies to this acquisition (see addendums below). 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items applies; via the SAM site at https://www.sam.gov/portal/public/SAM/; ensure information is accurate and current. The following FAR provisions and clauses apply to this acquisition: 52.202-1 - Definitions; 52.252-1, Solicitation Provisions Incorporated by Reference and 52.252-2, Clauses Incorporated by Reference with the following fill-ins: http://farsite.hill.af.mil/vffara.htm; 52.203-11--Certification and Disclosure Regarding Payments to Influence Certain Federal; 52.203-12 -- Limitation on Payments to Influence Certain Federal Transactions; 52.203-17 - Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights; 52.203-99; 52.204-7, System for Award Management; 52.204-4 -- Printed or Copied Double-Sided on Postconsumer Fiber Content Paper; 52.204-9: Personal Identity Verification of Contractor Personnel; 52.204-13, System for Award Management Maintenance; 52.204-16 --Commercial and Government Entity Code Reporting; 52.204-18 Commercial and Government Entity Code Maintenance; 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 (Mar 2015) Specifically, the following clauses cited within 52.212-5 are applicable: 52.203-6 -- Restrictions on Subcontractor Sales to the Government, with Alt I; 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013); 52.204-14 - Service Contract Reporting Requirements; 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-6 -- Notice of Total Small Business Set-Aside; 52.219-28 - Post-Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-99 Establishing a Minimum Wage for Contractors (Deviations), 52.223-18, Contractor Policy to Ban Text Messaging while Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management; 52.222-41, Service Contract Labor Standards. 52.223-5 -- Pollution Prevention and Right-to-Know Information; 52.224-1 -- Privacy Act Notification; 52.224-2 -- Privacy Act; 52.232-3 -- Payments Under Personal Services Contracts.; 52.232-9 -- Limitation on Withholding of Payments; 52.232-40 - Providing Accelerated Payments to Small Business Subcontractors; 52.233-1 - Disputes; 52.233-2 -- Service of Protest; 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation; 52.242-13 - Bankruptcy; 52.243-1 -- Changes -- Fixed-Price with Alternate I (Apr 1984).; The following Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply: 252.201-7000 Contracting Officer's Representative ; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, 252.204-7000 Disclosure of Information ; 252.204-7003 Control of Government Personnel Work Product, 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.232-7010 Levies on Contract Payments, 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, 252.203-7998- Prohibition on Contracting with Entitities that Require Certain Internal Confidentiality Agreemetns-Representation (Deviation), 252.203-7999- Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (deviations) 252.209-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism ;252.209-7999 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law,252.223-7006 Prohibition on Storage, Treatment, and Disposal of Toxic or Hazardous Materials, 252.225-7048 Export-Controlled Items 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7006, Wide Area Workflow Payment Instructions (May 2013), 252.232-7010 Levies on Contract Payments, 243.205-70 Pricing of Contract Modifications, 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea. The following Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses apply: 5352.201-9101, Ombudsman; 5352.223-9001, Health and Safety on Government Installations; 5352.242-9000 Contractor Access to Air Force Installations. 5352.242-9001: Common Access Cards for Contractor Personnel. All interested parties must be registered with the System for Award Management (SAM) as prescribed in FAR 52.204-7. Contractors are required to be registered in SAM prior to submitting invoices. The SAM site can be accessed at https://www.sam.gov/portal/public/SAM/. The following Provisions Addendums apply to this award: 52.212-1: Instructions to Offerors- Commercial Items In order to be considered a complete offer, the following must be submitted: • A signed and dated offer to this office via email that meets all terms and conditions of this combined synopsis/solicitation. • Provide pricing for CLIN 0001 52.212-2: Evaluation-Commercial Items (a) Paragraph (a) is changed to read as follows: (a) The Government will award a contract from this combined synopsis/solicitation, to the responsible offeror whose offer conforming to the synopsis/solicitation that will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Price 2. Technical Evaluation shall be based on a lowest price technically acceptable basis. The evaluation factors and technical subfactors are listed below and will be evaluated on an Acceptable/Unacceptable basis. 1) Price Factor Offerors who pass the technical portion of the evaluation will then be ranked by price from lowest to highest offer. Using this ranking, the lowest priced, technically acceptable offeror will receive the award. 2) Technical Factors a. Experience i. Minimum of 160 hours of direct patient care in the past year, ii. Minimum of 3 years' experience in the last 5 years as a privileged flight surgeon at a US Military installation, iii. Experience meets the duties outlined in the Performance Work Statement. iv. A resume must be submitted at time of solicitation closure to be included in the evaluation process b. Certification i. Current board certification in Aerospace Medicine is highly recommended. ii. If not board certified in Aerospace Medicine, then must show proof of completion of any medical residency program and must have a minimum of 3 years of U.S. military Flight Surgeon experience. (b) All Quotes that are received timely will be evaluated. An award will be made to the lowest priced offer/technically acceptable. Responsible offerors who responds to all items included in the combined synopsis/solicitation and comply with the terms, will have consideration. All potential offerors are reminded that compliance with Defense Federal Acquisition Regulations (DFARS) 252.204-7004, Alternate A, System for Award Management (SAM), is mandatory. Lack of registration in SAM will make an offeror ineligible for contract award. Submit responses via email to the Contract Specialist, Ms. Desiree Snow, pauline.snow@us.af.mil with a courtesy copy to the Contracting Officer Terrell Phillips, terrell.phillips.1@us.af.mil. All quotes must be received no later than 12:00 pm CDT on 30 Apr 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ColAFBCS/F1N4C15201A001/listing.html)
 
Place of Performance
Address: 14th Medical Group, 201 Independence, Suite 101, Columbus, Mississippi, 39705, United States
Zip Code: 39705
 
Record
SN03684845-W 20150402/150331235739-ea471ede31e8c5d1f6173ae9bd313510 (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.