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, 2016 FBO #5244
SOLICITATION NOTICE

Q -- PHYSICIAN SERVICES FOR BOULDER LABS HEALTH UNIT - SF18, SOW & Clauses

Notice Date
3/31/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Acquisition Division - Boulder, 325 Broadway - MC3, Boulder, Colorado, 80305-3328, United States
 
ZIP Code
80305-3328
 
Solicitation Number
NAAJL160-16-00269DT
 
Archive Date
4/12/2016
 
Point of Contact
Doris P Turner, Phone: 303-497-3872
 
E-Mail Address
doris.p.turner@noaa.gov
(doris.p.turner@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
REPS & CERTS SF18, SOW & CLAUSES (I) 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 and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NAAJL160-16-00269DT. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87. The government will award a purchase order resulting from this solicitation to the responsible offeror whose offer will represent the best value to the government, price and other factors considered. (IV) This solicitation is being issued as a small business set aside. The associated NAICS code is 621111. The small business size standard is $11.0 million. (V) This combined solicitation/synopsis is for purchase of the following commercial item(s): CLIN 0001 - Base Year; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for physician services for the Employee Health Unit in Boulder, CO in accordance with the statement of work for the period of twelve months. CLIN 1001 - Option Year 1; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for physician services for the Employee Health Unit in Boulder, CO in accordance with the statement of work for the period of twelve months. CLIN 2001 - Option Year 2; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for physician services for the Employee Health Unit in Boulder, CO in accordance with the statement of work for the period of twelve months. CLIN 3001 - Option Year 3; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for physician services for the Employee Health Unit in Boulder, CO in accordance with the statement of work for the period of twelve months. CLIN 4001 - Option Year 4; Services, non-personal, to provide all equipment, labor and materials (unless otherwise provided herein) necessary for physician services for the Employee Health Unit in Boulder, CO in accordance with the statement of work for the period of twelve months. (VI) Description of requirements is as follows: See attached statement of work and clauses (VII) Period of performance shall be: Base Year for a twelve month period 06/01/2016 through 05/31/2017. Option Period 1 for a twelve month period 06/01/2017 through 05/31/2018. Option Period 2 for a twelve month period 06/01/2018 through 05/31/2019. Option Period 3 for a twelve month period 06/01/2019 through 05/31/2020. Option Period 4 for a twelve month period 06/01/2020 through 05/31/2021. (VIII) FAR 52.212-1, Instructions to Offerors -- Commercial Items (OCT 2015), applies to this acquisition. This is a Best Value Acquisition. NOTICE TO OFFERORS: Instructions for submitting quotations under this request for quote must be followed. Failure to provide all information to aid in the evaluation may be considered non-responsive. Offers that are non-responsive may be excluded from further evaluation and rejected without further notification to the offeror. Enter specific Instructions below 1. Quotes shall be fully executed and returned on the Standard Form (SF) 18. 2. Submit quotations to the office specified in this solicitation at or before the time specified in the solicitation. Email quotes are acceptable and can be sent to doris.p.turner@noaa.gov. 3. Bidder shall have an active registration as a small business firm in the System for Award Management (SAM found at www.SAM.gov in order to be eligible for award. 4. Provide all evaluation criteria in accordance with 52.212-2 in this package. "THE GOVERNMENT DOES NOT ACCEPT RESPONSIBILITY FOR NON-RECEIPT OF QUOTES. IT IS THE CONTRACTOR'S RESPONSIBILITY TO REQUEST AND RECEIVE A CONFIRMATION OF THE QUOTE RECEIPT". 1352.215-72 Inquiries (APR 2010) OFFERORS MUST SUBMIT ALL QUESTIONS CONCERNING THIS SOLICITATION IN WRITING TO DORIS.P.TURNER@NOAA.GOV. QUESTIONS SHOULD BE RECEIVED NO LATER THAN 4:00 P.M. MDT/MST, 04/08/2016. Any responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, only the question responses included in the amendment to the solicitation will govern performance of the contract. (End of clause) (IX) FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS (OCT 2014), applies to this acquisition. Offers will be evaluated based on price and the factors set forth in paragraph (a) the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers. Past Performance and special licensing/training requirements when combined, are approximately equal to price. Paragraph (a) is hereby completed as follows: Evaluation will be based on 1) Past Performance - List work experience for services that are similar in nature to the statement of work in order to demonstrate the bidder's ability to provide physician services in the health unit. The contractor's past performance will be based on responsiveness, and quality of the service. 2) Special licensing/training - In addition to the medical licenses required in the statement of work, list any specialized training/licensing such as Occupational Health Physician, Trauma/ER Physician Specialty, etc. 3) Written Recommendations: Provide two written business recommendations from sources that the physician has worked with or been employed with in the last five years. Include contact name, phone number and email address. 4) Price. The Government intends to award a best value, firm fixed-price purchase order on an all or none basis with payment terms of Net 30. The Government reserves the right to award to a higher priced quote if the contractor has a better past performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) (X) FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Mar 2016) SEE ATTACHED. The offeror shall complete the annual representations and certifications electronically in System for Award Management at https://www.sam.gov/portal/public/SAM/. (XI) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015), applies to this acquisition. (XII) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2016) applies to this acquisition. SEE ATTACHED (XIII) The following clauses are also applicable to this acquisition: SEE ATTACHED DEPARTMENT OF COMMERCE CLAUSES. (XIV) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XV) Quotes are required to be received in the contracting office no later than 5:00 P.M. MDT on April 11, 2016. All quotes must be faxed or emailed to the attention of Doris Turner. The fax number is 303- 497-3163 and email address is doris.p.turner@noaa.gov (XVI) Any questions regarding this solicitation should be directed to Doris Turner; 303-497-3872; doris.p.turner@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/MASC/NAAJL160-16-00269DT/listing.html)
 
Place of Performance
Address: 325 Broadway, Boulder, Colorado, 80305, United States
Zip Code: 80305
 
Record
SN04068539-W 20160402/160331234733-274ae68f13b1cc424753f1498ae5fbc5 (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.