Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 27, 2020 SAM #6846
SOLICITATION NOTICE

Q -- OPTION - FEDERAL TECHNICIAN OCCUPATIONAL MEDICAL SURVEILLANCE EXAMINATION Services

Notice Date
8/25/2020 9:02:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
W7NX USPFO ACTIVITY PA ARNG ANNVILLE PA 17003-5002 USA
 
ZIP Code
17003-5002
 
Solicitation Number
W912KC20R0035
 
Response Due
9/11/2020 12:00:00 AM
 
Archive Date
03/10/2021
 
Point of Contact
Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Fax: 703.422.7822, Email: MarketplaceSupport@unisonglobal.com;
 
E-Mail Address
marketplacesupport@unisonglobal.com
(marketplacesupport@unisonglobal.com)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Awardee
null
 
Description
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. The solicitation number is W912KC20R0035 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. The associated North American Industrial Classification System (NAICS) code for this procurement is 621999 with a small business size standard of $15.00M. This requirement is a Small Business Set-Aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted, and, unless otherwise displayed at www.UnisonMarketplace.com, will end on: 2020-09-11 15:30:00.0 Eastern Time. This time supersedes the Offers Due Time listed above. FOB Destination shall be in the Statement of Work. The National Guard - Pennsylvania requires the following items, Meet or Exceed, to the following: Base Period of Performance: 09/18/2020 - 09/17/2021 LI 001: CLIN 0001 FT Indiantown Gap Annville, PA Federal Technician Examinations Base Year Detail: Provide Federal Technician Examinations at FT Indiantown Gap Annville, PA 12 times per year once per month. The period of performance is 18 September 2020 � 17 September 2021. For additional details see the attached performance work statement., 1, JOB; LI 002: CLIN 0002 Maintenance Shop � West (CSMS-W) Coraopolis, PA Federal Technician Examinations Base Year Detail: Provide Federal Technician Examinations at Maintenance Shop � West (CSMS-W) Coraopolis, PA 12 times per year once per month. The period of performance is 18 September 2020 � 17 September 2021. For additional details see the attached performance work statement., 1, JOB; LI 003: CLIN 0003 CMRA Base Year Detail: Contractor Manpower Reporting Application (CMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the NGB via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31of each calendar year, beginning with 2020. Contractors may direct questions to the help desk at http://www.ecmra.mil, 1, JOB; Option 1 Period of Performance: 09/18/2021 - 09/17/2022 LI 001: CLIN 1001 FT Indiantown Gap Annville, PA Federal Technician Examinations Option Year 1 Detail: Provide Federal Technician Examinations at FT Indiantown Gap Annville, PA 12 times per year once per month. The period of performance is 18 September 2021 � 17 September 2022. For additional details see the attached performance work statement., 1, JOB; LI 002: CLIN 1002 Maintenance Shop � West (CSMS-W) Coraopolis, PA Federal Technician Examinations Option Year 1 Detail: Provide Federal Technician Examinations at Maintenance Shop � West (CSMS-W) Coraopolis, PA 12 times per year once per month. The period of performance is 18 September 2021 � 17 September 2022. For additional details see the attached performance work statement., 1, JOB; LI 003: CLIN 1003 CMRA Option Year 1 Detail: Contractor Manpower Reporting Application (CMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the NGB via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31of each calendar year, beginning with 2021. Contractors may direct questions to the help desk at http://www.ecmra.mil, 1, JOB; Option 2 Period of Performance: 09/18/2022 - 09/17/2023 LI 001: CLIN 2001 FT Indiantown Gap Annville, PA Federal Technician Examinations Option Year 2 Detail: Provide Federal Technician Examinations at FT Indiantown Gap Annville, PA 12 times per year once per month. The period of performance is 18 September 2022 � 17 September 2023. For additional details see the attached performance work statement., 1, JOB; LI 002: CLIN 2002 Maintenance Shop � West (CSMS-W) Coraopolis, PA Federal Technician Examinations Option Year 2 Detail: Provide Federal Technician Examinations at Maintenance Shop � West (CSMS-W) Coraopolis, PA 12 times per year once per month. The period of performance is 18 September 2022 � 17 September 2023. For additional details see the attached performance work statement., 1, JOB; LI 003: CLIN 2003 CMRA Option Year 2 Detail: Contractor Manpower Reporting Application (CMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the NGB via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31of each calendar year, beginning with 2022. Contractors may direct questions to the help desk at http://www.ecmra.mil, 1, JOB; Option 3 Period of Performance: 09/18/2023 - 09/17/2024 LI 001: CLIN 3001 FT Indiantown Gap Annville, PA Federal Technician Examinations Option Year 3 Detail: Provide Federal Technician Examinations at FT Indiantown Gap Annville, PA 12 times per year once per month. The period of performance is 18 September 2023 � 17 September 2024. For additional details see the attached performance work statement., 1, JOB; LI 002: CLIN 3002 Maintenance Shop � West (CSMS-W) Coraopolis, PA Federal Technician Examinations Option Year 3 Detail: Provide Federal Technician Examinations at Maintenance Shop � West (CSMS-W) Coraopolis, PA 12 times per year once per month. The period of performance is 18 September 2023 � 17 September 2024. For additional details see the attached performance work statement, 1, JOB; LI 003: CLIN 3003 CMRA Option Year 3 Detail: Contractor Manpower Reporting Application (CMRA): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the NGB via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31of each calendar year, beginning with 2023. Contractors may direct questions to the help desk at http://www.ecmra.mil, 1, JOB; Solicitation and Buy Attachments ***Question Submission: Interested Offerers must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, National Guard - Pennsylvania intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. National Guard - Pennsylvania is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerers that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerers that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerers may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should Offerers require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com.Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or ""gray market"" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Award shall be made upon a lowest price technically acceptable. Award will be will be made to the responsive, responsible offeror whose offer conforming to the solicitation presents the lowest price compared against all other responsive proposals. By submission of a proposal, the offeror acknowledges the requirement that a prospective awardee must be registered in System for Award Management (SAM) prior to award, during performance, and through final payment of any contract resulting from this solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/07d10e080f9c4e0a8a0d4efd0f1b0b40/view)
 
Place of Performance
Address: See Statement of Work.
 
Record
SN05772415-F 20200827/200825230152 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.