Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

Q -- ORARNG Non-Clinical Case Management Services - QASP - PWS

Notice Date
7/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561330 — Professional Employer Organizations
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
10817085
 
Archive Date
9/30/2016
 
Point of Contact
Andrea K. Smothers, Phone: 5035843787
 
E-Mail Address
andrea.k.smothers.mil@mail.mil
(andrea.k.smothers.mil@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Performance Work Statement Quality Assurance Surveillance Plan 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; quotes are being requested and a written solicitation will not be issued. The solicitation is No. 10874143 and is issued as a Request for Quote (RFQ). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for Service Disabled Veteran Owned Small Businesses. The North American Industry Classification System (NAICS) code for this acquisition is 561330. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. Quotes are due by, 22 August 2016, 4:00 p.m. (PST). Oral quotations will not be accepted. Faxed offers must be readable to be considered. Fax offers to 503-584-3771 attn: Andrea Smothers. Mail quotations to USPFO for Oregon, Attn: Andrea Smothers, PO Box 14350, Salem, OR 97309. Physical address/delivery address, 1776 Militia Way SE, Salem OR 97309. Email offers to andrea.k.smothers.mil@mail.mil. OFFERORS ARE HIGHLY ENCOURAGED TO READ THE PERFORMANCE WORK STATEMENT PRIOR TO SUBMITTING A QUOTE AND PRIOR TO REQUESTING ADDITIONAL INFORMATION. This Request for Quote will result in a firm fixed price contract. This announcement is the solicitation which will result in a firm fixed-price contract. Contract will be awarded to the contractor whom provides a quote that conforms to the terms and conditions of this combined synopsis / solicitation and meets all the requirements outlined in the performance work statement, provides the lowest price (CLINS 0001-0003) and is determined responsible IAW FAR Subpart 9.104-1. Ensure your quote is detailed enough to determine that it meets that terms and conditions of the requirement. Description of Requirement: SEE ATTACHED PERFORMANCE WORK STATEMENT Period of Performance: The period of performance for all CLINs is NTE 1 year from contract award date. Performance Standards: SEE ATTACHED QUALITY ASSURANCE SURVEILLANCE PLAN (QASP) Requirements for your quote: The provision at 52.121-1, Instructions to Offerors - Commercial, applies to this acquisition. Please submit a quote on your company letterhead showing a price per contract line item (CLIN 0001 through 0003) with total price. CLIN 0001: Case Managers Firm Fixed Price See Performance Work Statement for descriptions 2 positions at 2080 hours each FOB: Destination CLIN 0002: Care Coordinator Firm Fixed Price See Performance Work Statement for descriptions 6 positions at 2080 hours each FOB: Destination CLIN 0003: Contractor Manpower Reporting Firm Fixed Price This CLIN covers all costs associated with meeting the Contractor Manpower Reporting (CMR) in accordance with the Performance Work Statement. FOB: Destination Include the following information on your quote: cage code, tax id number, company name, phone number, POC, signature of authorized representative and email. Quotes are binding at the time of submission unlike a quote. Offerors' quotes shall be valid for a minimum of 30 days to be acknowledged in the offerors' quote. To expedite the determination of responsibility (IAW FAR 9.1) the apparent awardee should have readily available: 1.) A statement that consists of an explanation of commitment or arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, other resources, or personnel. Provide any information related to affiliates that will be used on this project if applicable. 2.) Provide three references. The references should be of those whom have awarded contracts similar in nature in the last 3 years. This information shall include the awarding agency or company, title of project, year of the project, a POC with phone number and e-mail. 3.) Affirm that your business size standard. 4.) Affirm that the Performance Work Statement and Quality Assurance Surveillance Plan was read. The award will only be made to an offeror whose quotation is all-inclusive of the requirements on this solicitation. Offerors must be actively registered on the Systems for Award Management database (SAM) as a small business for the NAICS listed in this solicitation. Information concerning SAM requirements may be viewed via the Internet at https://www.sam.gov/portal/public/SAM/ or by calling the SAM Registration Center at 866-606-8220. Only contractors who are registered in the Systems for Award Management (SAM) can be awarded a contract. Offerors must have electronic funds transfer (EFT) capability. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil. Provision for Evaluation: Award will be made to the responsible contractor (see FAR Part 9) whose quote or offer meets the technical requirements and represents the best value on an "all or nothing" basis. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award in no particular order: Price; Technical acceptability; Past Performance. In order to be deemed technically acceptable, the contractor must provide evidence of understanding of the requirement through either a written quote that addresses PWS requirements or through demonstrated Past Performance on recent and relevant contracts with same or similar scope, giving priority to most recent performances for the Oregon National Guard. *If the offeror has not previously performed similar contract services for the Oregon National Guard, the offeror shall provide references for similar services performed, to include contract number, and point of contact information. Evaluation will be in accordance with FAR Subpart 13.106-2 and utilize trade off of price for performance at the Contracting Officer's discretion. The offeror must demonstrate in the response the capability to meet all contract requirements through past experience at similar events, either as the prime or major subcontractor, or by identification of key personnel that have past experience in similar events. The Government intends to evaluate quotes/offers and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quote/offer should contain the offeror's best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your quote/offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government intends to make a single, Firm-Fixed Price award. Any response to this synopsis/solicitation will be considered a "quotation". "Offer" means a response to a solicitation that, if accepted, would bind the offeror to perform the resultant contract. Responses to invitations for bids (sealed bidding) are offers called "bids" or "sealed bids"; responses to requests for proposals (negotiation) are offers called "proposals"; however, responses to requests for quotations (simplified acquisition) are "quotations," not offers. FAR 13.004 -- Legal Effect of Quotations (a) A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer. (b) When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing, as defined at 2.101. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred. (c) If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. (See 13.302-4 for procedures on termination or cancellation of purchase orders.) The following provisions and clauses apply to this acquisition: Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition. 52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government - Alternate I 52.204-1 Approval of Contract 52.204-4 Printed or Copied-Double Sided on Post- consumer Fiber Content Paper 52.204-6 DUNS Number 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-12 DUNS Number Maintenance 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 52.212-1 Instructions to Offerors - Commercial Items 52.212-2 Evaluation - Commercial Items 52.212-3 ALT I Offeror Representations and Certifications - Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items 52.219-14 Limitations on Subcontracting 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns 52.219-6 Notice Of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-17 Nondisplacement of Qualified Workers 52.222-21 Prohibition Of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 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 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment (Multiple Year and Option Contracts) 52.222-44 Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment 52.222-50 Combat Trafficking in Persons 52.222-54 Employment Eligibility Verification 52.222-55 Minimum Wages Under Executive Order 13658 52.223-5 Pollution Prevention and Right to Know Information 52.225-13 Restrictions on Certain Foreign Purchases 52.223-18 Contractor Policy to Ban Text Messaging While Driving 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications 52.228-5 Insurance-Work on a Government Installation 52.232-33 Payment by Electronic Funds Transfer--System for Award Management 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-2 Service of Protest 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.243-1 Changes--Fixed Price 52.246-17 Alt III Warranty Of Supplies Of A Noncomplex Nature (Jun 2003) - Alternate III 52.246-4 Inspection of Services --Fixed Price 52.247-34 F.o.b. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-6 Authorized Deviations in Clauses 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 252.203-7996 (DEV) Prohibition on Contracting with Entities the Require Certain Internal Confidentiality Agreements - Representation 252.203-7997 (DEV) Prohibition on Contracting with Entities the Require Certain Internal Confidentiality Agreements 252.204-7004 ALT A System for Award Management 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Disclosure of Information to Litigation Support Contractors 252.209-7991 (DEV) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony conviction under any Federal Law 252.211-7008 Use of Government-Assigned Serial Numbers 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations 252.215-7008 Only One Offer 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials 252.223-7008 Prohibition of Hexavalent Chromium 252.225-7000 Buy American and Balance of Payments Program Certificate 252.225-7001 Buy American and Balance of Payments Program 252.225-7002 Qualifying Country Sources as Subcontractors 252.225-7012 Preference for Certain Domestic Commodities 252.225-7012 Preference For Certain Domestic Commodities 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools 252.225-7020 Trade Agreements Certificate 252.225-7021 Trade Agreements 252.225-7031 Secondary Arab Boycott of Israel 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.232-7003 Electronic Submission of Payment Requests 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 252.243-7002 Requests for Equitable Adjustment 252.244-7000 Subcontracts for Commercial Items 252.247-7022 Representation of Extent of Transportation by Sea 252.247-7023 Transportation of Supplies by Sea 252.247-7024 Notification of Transportation of Supplies By Sea Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. Notice for Service Contract Act: Applicable SCA Wage Determination--Wage Determination No.: 2005-2441 rev 17 dated 12/29/2015 See www.wdol.gov But see clause 52.222-55 for minimum wage set by Executive Order 13658 Statement of Equivalent Rates for Federal Hires: GS-0600 - MEDICAL, HOSPITAL, DENTAL, AND PUBLIC HEALTH GROUP; GS-06 through GS-11 CMRA Reporting Requirement: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil or https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer. Technical Representative (2) Contract number, including task and delivery order number (3) Beginning and ending dates covered by reporting period (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data (5) Estimated direct labor hours (including sub-contractors) (6) Estimated direct labor dollars paid this reporting period (including sub-contractors) (7) Total payments (including sub-contractors) (8) Predominant Product Service Code (PSC) reflecting services provided by contractor (and separate predominant PSC for each Sub-contractor if different) PSC CODE IS Q299 (9) Estimated data collection cost (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information) [W912JV OR 912JV] (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) (12) Presence of deployment or contingency contract language (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Complete this requirement within 30 days from the end of the service or end of each option year. U.S. Dept of Labor Wage Determinations applies to this contract and can be downloaded at www.wdol.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/10817085/listing.html)
 
Place of Performance
Address: Oregon, United States
 
Record
SN04192817-W 20160724/160722234255-89f758eb0d20a1c708edc98d38cf74ce (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.