Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2018 FBO #6110
MODIFICATION

Q -- Idaho Medical Case Management - Wage Determination 2015-5503 Rev 6

Notice Date
8/14/2018
 
Notice Type
Modification/Amendment
 
NAICS
561330 — Professional Employer Organizations
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Idaho, 3489 West Harvard Street, Boise, Idaho, 83705-6512
 
ZIP Code
83705-6512
 
Solicitation Number
W912J7-18-T-0011
 
Point of Contact
Christopher R. Rasmussen, Phone: 2082724944, Thomas R. Guyer, Phone: 2082724600
 
E-Mail Address
christopher.r.rasmussen2.mil@mail.mil, thomas.r.guyer.civ@mail.mil
(christopher.r.rasmussen2.mil@mail.mil, thomas.r.guyer.civ@mail.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Updated Wage Determination This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6 and supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and written solicitation will not be issued. This solicitation # W912J7-18-T-0011 is issued as a Request for Quotation (RFQ). This synopsis/solicitation is issued for commercial services in accordance with FAR Part 13 - Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99 effective June 15, 2018. This acquisition is a total Service-Disabled Veteran-Owned Small Business (SDVOSB) set aside under NAICS 561330. The small business size standard for this NAICS code is $27,500,000.00. Interested offerors must be registered in the System for Award Management (SAM) to be considered for award. There will be no site visit and all questions must be submitted according to the instructions below. Description of Requirement: The purpose of this requirement is to provide behavioral health support, medical and dental non-clinical case management, and administrative care coordination in support of Individual Medical Readiness (IMR). This requirement is designed to be flexible, responsive, and meet the evolving needs of the government. DoDI 6025.19 establishes aggressive quarterly and annual metric goals for the separate IMR elements and for the optimal IMR category of Fully Medically Ready (FMR) soldiers. The ultimate goal is to achieve and track medical readiness goals by producing real-time reports based on complete, accurate data. The minimum goal for overall medical readiness is that 75% or more service members are FMR, with the ultimate goal being 100% of soldiers FMR. The Idaho Army National Guard (IDARNG) Surgeon's Office requires behavioral health, non-clinical case management and administrative care coordination support to meet these goals and maintain readiness. The base period of performance will be 12 September 2018 - 11 September 2019 with one (1) one-year option period. The applicable wage determination number 2015-5503 revision 6 codes are 12313 and 12314 - Registered Nurse II and III, Specialist for the Non-clinical Nurse Case Managers, and 12190 - Medical Record Technician for the Administrative Care Coordinators/Medical Record Technician. The Master Social Worker and Licensed Clinical Social Worker support is considered to fall under the exemption for professional employees outlined in Section 13(a)(1) of the Fair Labor Standards Act (FLSA) as defined in 29 CFR 541.300. Performance Standards: The contractor shall provide all personnel, supervision, and any items and services necessary to meet the government's requirement as outlined in the Performance Work Statement (PWS) attached to this synopsis/solicitation. Evaluation: The resultant offer by the government will be a Firm-Fixed-Price (FFP) Purchase Order with one (1) base year and one (1) option year, awarded using FAR part 13 procedures. The evaluation procedures located at FAR 13.106-2 and FAR 15.101-2 are being utilized for this acquisition. Award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors. Evaluation is based on the lowest priced offer with an acceptable technical and past performance record (Lowest Price Technically Acceptable). Lowest evaluated price will be determined by the Contractor submitting a complete quotation to include total pricing for the requirement on a per-CLIN per-hour basis utilizing the CLIN structure attached to this synopsis/solicitation. The technical acceptability evaluation will be based on the Contractor submitting the following required documentation; Non-clinical Case Nurse Managers: License and credentials as a Registered Nurse (RN) II/III in the state of Idaho and documentation that they are in good standing with the state Board of Nursing. Documentation demonstrating technical abilities in required functions identified in the attached Performance Work Statement. Technical acceptability of this position will be deemed acceptable if it is determined that there is substantial confidence that the Contractor can perform the effort based on the submitted documentation compared to the PWS. Substantial confidence is defined as the offeror's recent/relevant performance record providing the Government a high expectation that the offeror will successfully perform the required effort. Administrative Care Coordinators/Medical Records Technician: Documentation demonstrating technical abilities in required functions identified in the attached Performance Work Statement. Technical acceptability of this position will be deemed acceptable if it is determined that there is substantial confidence that the Contractor can perform the effort based on the submitted documentation compared to the PWS. Substantial confidence is defined as the offeror's recent/relevant performance record providing the Government a high expectation that the offeror will successfully perform the required effort. Master Social Worker/Licensed Clinical Social Worker: Documentation demonstrating technical abilities in required functions identified in the attached Performance Work Statement. The non-clinical direct service MSW/LCSW case manager requires the expertise as dictated by the individual State Licensing boards which define the scope of practice for social workers. Case management knowledge domains consist of assessment, planning, implementation, coordination, monitoring and evaluations of the options and services required to meet the ARNG Soldier's health and human service's needs. The Past Performance evaluation will be based on the Contractor having successfully completed verifiable past performance that is similar in scope and nature to that identified in the Performance Work Statement. The Contractor shall submit a verifiable Past Performance record to be utilized in this evaluation. The Contractor is responsible for identifying how previous efforts are similar in scope and magnitude to those specified in this requirement. Past Performance will be deemed acceptable if it is determined that that there is substantial confidence the Contractor can perform the effort based on the submitted past performance documentation. Substantial confidence is defined as the offeror's recent/relevant performance record providing the Government a high expectation that the offeror will successfully perform the required effort. Contract Line Item Numbers (CLINs): See attached CLIN Structure worksheet. Quotation Submission: Quotations and questions will be submitted electronically via email to christopher.r.rasmussen2.mil@mail.mil and thomas.r.guyer.civ@mail.mil. Final Questions associated with this solicitation shall be received no later than 4:00 PM Mountain Standard Time (MST), 10 August 2018. Questions received after this time will not be responded to. Final Quotations must be received no later than 6:00 PM MST, 14 August 2018. Late responses to this solicitation will not be considered for contract award. Quotations must include total pricing for the requirement on a per-CLIN per-hour basis utilizing the identified CLIN structure. Quotations must also include sufficient technical and past performance information to be used in the above described evaluation process. The Government intends to award without discussion with the offerors, but the Government may request clarifications on quotations submitted. There will not be any allowance for revision of quotations after the solicitation close date, so submission of the Contractor's best possible pricing is encouraged. Provisions and Clauses: The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and there are no addenda to this provision. Offers must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition and there are no addenda to this clause. The clause at FAR 52.212-5 Deviation, Contract Terms and Conditions Required To Implement Statues Or Executive Orders-Commercial Items, applies to this acquisition. The following are the included additional clauses for this action; 52.204-7 Central Contractor Registration 52.219-4 Notice of Evaluation Preference for HUBZone Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-17 Nondisplacement of Qualified Workers 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-55 Minimum Wages Under Executive order 13658 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.252-2 Clauses Incorporated by Reference (http://farsite.hill.af.mil) 52.252-6 Authorized Deviations in Clauses (DFARS, 48 CFR Chapter 2) 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.204-7004 Alternate A 252.225-7001 Buy American Act and Balance of Payments Program 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel 252.247-7023 Transportation of Supplies by Sea 52.222-3 Convict Labor 52.222-36 Affirmative Action for Workers with Disabilities 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.222-35 Equal Opportunity for Veterans 52.222-37 Employment Reports on Veterans 52.203-3 Gratuities 52.203-6 ALT.I Restrictions on subcontractor Sales to the Government - Alternate I 52.204-4 Printed or Copied-Double Sided on Post consumer Fiber Content Paper 52.219-8 Utilization of Small Business Concerns 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-44 Fair Labor Standards Act and Service Contract Act - Price Adjustment 252.225-7012 Preference for Certain Domestic Commodities 252.243-7002 Requests for Equitable Adjustment
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA10/W912J7-18-T-0011/listing.html)
 
Place of Performance
Address: 4228 W Guard St. Bldg 665, Boise, Idaho, 83705, United States
Zip Code: 83705
 
Record
SN05036530-W 20180816/180814231426-560e88378a0bab1d655f806ac59f6735 (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.