Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2016 FBO #5243
MODIFICATION

Q -- Medical Surveillance Exams

Notice Date
3/30/2016
 
Notice Type
Modification/Amendment
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Iowa, Camp Dodge, 7700 NW Beaver Drive, Johnston, Iowa, 50131-1902
 
ZIP Code
50131-1902
 
Solicitation Number
W912LP-16-Q-6002
 
Archive Date
4/21/2016
 
Point of Contact
Vicky L. Williams, Phone: 5152524615
 
E-Mail Address
vicky.l.williams10.civ@mail.mil
(vicky.l.williams10.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation, W912LP-16-Q-6002, is being issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87, effective 7 Mar 2016. This procurement is 100% Small Business set a-side. The NAICS code is 621999 and the small business size standard is $15 million. Basis for award is Best Value. The following commercial services are requested in this solicitation: Medical Surveillance Exams. Contractor shall provide mobile medical unit(s), equipped with all necessary equipment and supplies, and all personnel required to perform and document medical surveillance exams at four (4) locations within the state of Iowa, in accordance with Attachment #1, Performance Work Statement (PWS). The following provisions are incorporated into this solicitation by reference: FAR 52.212-1, Instructions to Offerors - Commercial DFARS 252.204-7008 (DEV 2016-O0001), Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7011, Alternative Line Item Structure The following clauses are incorporated into this solicitation by reference: FAR 52.212-4, Contract Terms and Conditions - Commercial Items FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.204-7012 (DEV), Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023, Transportation of Supplies by Sea The following provisions are incorporated by full text. The full text is found in Attachment #2 titled "W912LP-16-Q-6002 Full-Text Provisions and Clauses." FAR 52.212-2, Evaluation - Commercial Items DFARS 252.203-7005, Representation Relating to the Compensation of Former DoD Officials DFARS 252.203-7996 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Offerors shall include completed copies of the certifications within the following provisions with their offer.) FAR 52.212-3 Alternate I, Offeror Representations and Certifications - Commercial Items Alternate I DFARS 252.209-7991 (DEV), Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law - Fiscal Year 2016 Appropriations The following clauses are incorporated by full text. The full text is found in Attachment #2 titled "W912LP-16-Q-6002 Full-Text Provisions and Clauses." FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.237-7, Indemnification and Medical Liability Insurance DFARS 252.203-7997 (DEV), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions Local Clause, Environmental Management System Wage Determinations. Service Contract Labor Standards Wage Determinations (WDs) 20005-2205 Rev 20, dated 12-29-2015; 2005-2203 Rev 19, dated 12-29-2015; and 2005-2175 Rev 18 dated 12-29-2015 (Attachments #3, #4 and #5) are applicable to this requirement and are hereby incorporated into this solicitation. Submission Requirements. 1. Pricing. Offerors shall submit proposals the Pricing Sheet spreadsheet identified as Attachment #7. Proposals must include per-test pricing for each of the specific tests identified within the PWS. In addition to per-test pricing, offerors must provide a firm fixed price (FFP) for all required staff, equipment, travel, administrative, or other expenses associated with performing the work at the times and locations identified in the PWS. 2. Completed provisions FAR 52.212-3, DFARS 252.209-7991, found on Attachment #2, Full-Text Provisions and Clauses 3. Past Performance Information. a. Offeror shall provide the Cover Letter and Past Performance Questionnaire (PPQ) forms found in Attachment #6 to companies/agencies for whom they have performed services of similar size and scope within the past two years. A minimum of three (3) and a maximum of five (5) completed PPQ's must be submitted to the contracting officer and will be used as part of the evaluation of past performance. References must submit completed PPQ's directly to the contracting office at the address/fax/email identified in the cover letter, and may not route them through the offeror. Completed PPQ's are considered Source Selection Sensitive Information and will be safeguarded accordingly. b. Offeror's Proposal shall include a list of companies/agencies offeror has asked to complete PPQ's on their behalf, to include Company/Agency Name, Point of Contact (POC) Name, POC Phone and POC Email. 4. Proposals that do not include all required submission documents will be deemed non-responsive and will not be considered for award. Proposals are due at 11:00 AM CDST on April 6, 2016 at USPFO for Iowa, Camp Dodge, ATTN: Ms. Vicky Williams, 7105 NW 70th Ave, Bldg 3475, Johnston, IA, 50131-1824. Proposals may be submitted via e-mail to Ms. Williams at vicky.l.williams10.civ@mail.mil, uploaded to FedBizOps, or mailed. Facsimile quotations will not be accepted. Emailed proposals are preferred, and will be acknowledged upon receipt. Offerors are encouraged to use a trackable delivery method for mailed proposals to ensure they reach the required destination by the due date/time. Questions regarding this solicitation may be directed to Ms. Vicky Williams, at (515) 252-4615, or via email vicky.l.williams10.civ@mail.mil. Attachments: 1. Performance Work Statement (PWS) 2. Full-Text Provisions and Clauses 3. WD 2005-2205, Rev. 20 (applicable for services at Camp Dodge, Johnston, IA and AASF#1, Boone, IA) 4. WD 2005-2203, Rev. 19 (applicable for services at AASF#2, Waterloo, IA) 5. WD 2005-2175, Rev. 18 (applicable for services at AASF#3, Davenport, IA) 6. Past Performance Questionnaire and cover letter 7. Pricing Sheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA13/W912LP-16-Q-6002/listing.html)
 
Place of Performance
Address: Multiple places of performance to include Boone, IA; Waterloo, IA; Davenport, IA and Johnston, IA, United States
 
Record
SN04067024-W 20160401/160330234418-1a508ef84cb9eca4874fdb9ffec98063 (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.