SOLICITATION NOTICE
Q -- Rapid Acquisition Package for Tracking Outcomes in Rehabilitation (RAPTOR) system in outpatient physical therapy - PWS
- Notice Date
- 7/24/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W911QY) Natick (SPS), 10 General Green Avenue, Building 1, Natick, Massachusetts, 01760-5011, United States
- ZIP Code
- 01760-5011
- Solicitation Number
- W911QY-18-Q-0020
- Archive Date
- 8/23/2018
- Point of Contact
- Robert A Edwards, Phone: 3016198427
- E-Mail Address
-
Robert.a.edwards147.civ@mail.mil
(Robert.a.edwards147.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- INSTRUCTIONS TO OFFERORS/EVALUATION FACTORS FOR AWARD PWS COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: Q5 2. NAICS Code: 541714 3. Subject: Rapid Acquisition Package for Tracking Outcomes in Rehabilitation (RAPTOR) system in outpatient physical therapy 4. Solicitation Number: W911QY-18-Q-0020 5. Set-Aside Code: N/A 6. Response Date: NLT 15 Days After Posting 7. Place of Delivery/Performance: Womack Army Medical Center (WAMC) 8. (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. This announcement constitutes the only solicitation; Quotes are being requested and a written solicitation will not be issued. (ii) The solicitation number is W911QY-18-Q-0020. This acquisition is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. (iv) The associated NAICS code is 541714. The small business size standard is 1000 Employees (v) The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): See Evaluation Criteria, Attached. (vi) Description of requirements: The Government requires the non-personal services of one (1) full-time equivalent (FTE) Research Manager and part-time services of a Computer programming consultant, statistician and Excel Dashboard Developer for the Department of Orthopedics and Rehabilitation, Physical Therapy Section (DOR-PT) at Womack Army Medical Center (WAMC) to research of the Rapid Acquisition Package for Tracking Outcomes in Rehabilitation (RAPTOR) system in outpatient physical therapy. See Performance Work Statement Attached. (vii) Performance shall occur at Womack Army Medical Center (WAMC). Acceptance shall be performed at Womack Army Medical Center (WAMC) The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition. The following addenda have been attached to this provision: See attached. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: See Attached. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: NONE (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: FAR: 52.203-6, RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6, PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.219-8, UTILIZATION OF SMALL BUSINESS CONCERNS (NOV 2016) 52.219-28, POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3, CONVICT LABOR (JUN 2003) 52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26, EQUAL OPPORTUNITY (SEP 2016) 52.222-35, EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40, NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50, COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.222-54, EMPLOYMENT ELIGIBILITY VERIFICATION (OCT 2015) 52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) DFARS: 52.203-3, GRATUITIES (APR 1984) 252.203-7005, REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) 252.204-7008, COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) 252.204-7009, LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR INFORMATION (OCT 2016) 252.204-7011, ALTERNATIVE LINE ITEM STRUCTURE (SEP 2011) 252.204-7015, DISCLOSURE OF INFORMATION TO LITIGATION SUPPORT CONTRACTORS (MAY 2016) 252.211-7003, ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.215-7007, NOTICE OF INTENT TO RESOLICIT (JUN 2012) 252.215-7008, ONLY ONE OFFER (OCT 2013) 252.222-7007, REPRESENTATION REGARDING COMBATING TAFFICKING IN PERSONS (JAN 2015) 252.225-7000, BUY AMERICAN STATUTE-BALANCE OF PAYMENTS PROGRAM CERTIFICATE (NOV 2014) 252.225-7001, BUY AMERICAN ACT AND BALANCE OF PAYMENTS PROGRAM (DEC 2016) 252.225-7012, PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2016) 252.225-7031, SECONDARY ARAB BOYCOTT OF ISRAEL (JUN 2005) 252.225-7050, DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (OCT 2015) 252.232-7010, LEVIES ON CONTRACT PAYMENTS (DEC 2006) 252.237-7010, PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (JUN 2013) 252.247-7022, REPRESENTATION OF EXTENT OF TRANSPORTATION BY SEA (AUG 1992) 252.247-7023, TRANSPORTATION OF SUPPLIES BY SEA (APR 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply: 52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.201-7000, CONTRACTING OFFICER'S REPRESENTATIVE (DEC1991) 252.203-7000, REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000, DISCLOSURE OF INFORMATION (OCT 2016) 252.204-7012, SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (OCT 2016) 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006, WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as: N/A (xv) The following notes apply to this announcement: NONE (xvi) Offers are due on 8 August 2018 by 11:59AM EST at Robert.a.edwards147.civ@mail.mil (xvii) For information regarding this solicitation, please contact Robert Edwards, Robert.a.edwards147.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f7e30428ed8be217358a63bb9e247a57)
- Place of Performance
- Address: 2817 Reilly Rd, Fort Bragg, North Carolina, 28310, United States
- Zip Code: 28310
- Zip Code: 28310
- Record
- SN05005588-W 20180726/180724231424-f7e30428ed8be217358a63bb9e247a57 (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 |