Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2017 FBO #5642
SOLICITATION NOTICE

Q -- WIARNG Case Management Services - SF 1449 RFP WIARNG CASE MGT SRVCS

Notice Date
5/3/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561330 — Professional Employer Organizations
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
 
ZIP Code
54618-5002
 
Solicitation Number
W912J2-17-R-4000
 
Archive Date
6/17/2017
 
Point of Contact
Zachary R. Tevis, Phone: 6084277277, Curtis.P.Clements, Phone: 6084277209
 
E-Mail Address
zachary.r.tevis.mil@mail.mil, curtis.p.clements.mil@mail.mil
(zachary.r.tevis.mil@mail.mil, curtis.p.clements.mil@mail.mil)
 
Small Business Set-Aside
HUBZone
 
Description
Cost Breakdown Worksheet W912J217R4000 SF1449 RFP WIARNG HSS CASE MGT SRVCS 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number W912J2-17-R-4000 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. This requirement is 100% set-aside for HUBZone Small Business concerns under North American Industry Classification System (NAICS) code 561330 with a Small Business size standard of $27.5 million dollars. The Wisconsin Army National Guard Contracting Office, has a requirement equivalent to four (4) full time Case Managers and five (5) full time Medical Records Clerks (see PWS). This award will have a period of performance of one calendar year 12 JUN 2017 - 11 JUN 2018. Place of Performance: The Contractor shall provide these services in Dane County, Wisconsin. The primary work location will be at Joint Force Headquarters, 2400 Wright Street, Madison, WI 53704. BID SCHEDULE: Please price for the entire period of performance (POP). Invoice submittal will occur on a monthly basis. Please use the attached vendor cost breakdown worksheet. Line Item 0001: Nurse Case Managers Qty. 7,600 Hours Registered Nurse II Equivalent 7,600 Hours is equal to 4 full-time contractors working 1900 hours each in 12 months 12-June-2017 thru 11-June-2016 Line Item 0002: Medical Records Clerks QTY 9,500 Hours Medical Records Clerk Equivalent 9,500 Hours is equal to 5 full-time contractors working 1900 hours each in 12 months 12-June-2016-11-June-2017 Line Item 0003: Contractor Manpower Reporting QTY 1 Job Price if applicable for compliance with Contract Manpower Reporting Application Contractor Manpower Reporting: The contractor shall report all contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the ARMY collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil The Wisconsin Army National Guard anticipates awarding one firm-fixed price contract for a period of one year. Please review the attached Performance Work Statements. Award will be made to the offeror whose proposal is the Lowest Price Technically Acceptable. The Government will evaluate technical acceptability based on the following: Management Capability - Management Capability is defined as the documented capability to meet the minimum requirements of the requirement as specified in this solicitation and the attached Performance Work Statements (PWS). The Offeror's proposal should clearly outline the Offeror's capability to meet the requirements of the performance work statement. Limit Management Capability documentation to 4 pages. It is the intent of the Government to award without discussions. It is incumbent upon the Offeror to submit sufficient information for the Government to determine satisfactory Management Capability and Price reasonableness. Failure to submit sufficient information for the Government to determine Management Capability or Price may result in the rejection of your proposal. An award will be made on the basis of the lowest price technically acceptable. Unit Identification Code (UIC) for the Requiring Activity: W91R0X Issuing Office DoDAAC: _W912J2_ If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Proposals are due by 1:00PM Central Standard Time (CST) on 2 June 2017. Proposals will be accepted by email at zachary.r.tevis.mil@mail.mil. Faxed quotes will not be accepted. 100% set-aside for HUBZone Small Business concerns under North American Industry Classification System (NAICS) code 561330 with a Small Business size standard of $27.5 million dollars. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS). Responses to this announcement must be complete to include the following documents: 1) Signed SF 1449 (attached) - please ensure acknowledgement of all amendments. 2) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 3) Management Capability documentation narrative (limit 4 pages) 4) Preliminary Quality Control Plan in accordance to paragraph 7.1 of each PWS (limit 5 pages) 5) Cost Breakdown Worksheet (attached) LPTA EVALUATION CRITERIA: Adjectival Rating Description ACCEPTABLE: Proposal meets the requirement of the solicitation UNACCEPTABLE: Proposal does not meet the requirements of the solicitation Email any questions to zachary.r.tevis.mil@mail.mil AND megan.j.leuck.mil@mail.mil. Questions will only be accepted via email. Question and Answer documents will be posted to FBO as an attachment to the combined synopsis/solicitation. It is the interested party's responsibility to check FedBizOpps for updated information. Ensure all questions are submitted via email, the government will not be accepting any vendor inquiries via the telephone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-17-R-4000/listing.html)
 
Place of Performance
Address: Joint Force Headquarters, 2400 Wright Street, Madison, WI 53704., Madison, Wisconsin, 53704, United States
Zip Code: 53704
 
Record
SN04494054-W 20170505/170503234539-a545075fa8212d93f687a4f9f9f8b84a (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.