Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2020 SAM #6872
SOLICITATION NOTICE

R -- EOD/Firefighter Physical

Notice Date
9/20/2020 8:12:29 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
W7NF USPFO ACTIVITY MI ARNG LANSING MI 48906-2934 USA
 
ZIP Code
48906-2934
 
Solicitation Number
W912JB-20-Q-0145
 
Response Due
9/21/2020 9:00:00 AM
 
Archive Date
10/30/2020
 
Point of Contact
Thelma Cooper, Phone: 5174817846, Fax: 5174817847, Eva P. Lauchie. Contracting Officer, Phone: 5174817846
 
E-Mail Address
thelma.g.cooper.civ@mail.mil, eva.p.lauchie.civ@mail.mil
(thelma.g.cooper.civ@mail.mil, eva.p.lauchie.civ@mail.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 and FAR 13 and as�supplemented with additional information included in this notice.� This announcement constitutes the only solicitation being requested.� A written solicitation will not be issued.� The solicitation number is W912JB-20-Q-0145.� This solicitation is issued as a request for quotation (RFQ) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-006.� This requirement is 100% set-aside for small business.� The associated NAICS code is 621399 Office of All Other Miscellaneous Health Practitioners.� The small business�size standard is $7.5 million. The Michigan Army National Guard (MIARNG) requires support for EOD and�Firefighter Occupational Medical surveillance Examination Program in accordance with the Quotation Safety and�Health Association (OSHA) and other regulations.� Due to the majority of personnel being spread out across the entire state of Michigan with some areas having distances of greater than�150 miles to an established facility, services should be provided in a mobile setting.�This is a firm fixed price requirement for Physical for our EOD and Firefighter personnel.�See the attached PWS (Performance Work Statement) for additional requirements. The prospective awardee must have an active registration in www.sam.gov at the time of award.� Vendor are encouraged to verify that their registration is active prior to submitting a quote.� If the prospective awardee is not active in SAM data base at the time of award, the prospective awardee will be allowed 5 calendar days to become active in SAM.� The award will proceed to the next otherwise successful registered and active offeror in the prospective offeror does not become registered and active by the 5 calendar day deadline. REQUIREMENT�� ����������������������������������� �������������������������������������������������������� ����������� This is a firm fixed price requirement for Medical Surveillance/ EOD and Firefighter Physical for the�Michigan National Guard. The purpose of the Occupational Medical Surveillance Examination Program is to�provide job- related Medical Surveillance Examinations and Occupational Health�Services to members of the MIARNG who are or could potentially be exposed to health�hazards in the work environment in the commission of their duties as EOD Specialists and Firefighters. See the attached PWS for additional requirements in paragraph 5.0. �Wage Determinations of Labor Categories are attached for the counties where the place of performance occurs.� Service Contract Act is applicable to the requirements of the service performed. Period of Performance:� �12 Months from Date of award (Date of award o/a 23 Sep 20)�� Quantity for services is 12 which corresponds to the number of invoices to be submitted once per month applicable for each month of performance. Total� Price� (aggregate of Attachment G)� �$_________________________________ Contractor Manpower Reporting**��������������� $____��������� $____������ $____������� $____������ ����������� Monthly Pricing to exercise clause 52.217-8�������������������������������������������������������� $____________________ Note:� clause 252.243-7002 Requests for Equitable Adjustment will be incorporated into the award action for anticipated labor and benefit changes for the option years. 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 National Guard Bureau via a secure data collection site. The contractor shall completely fill in all required data fields using the following web address:� http://www.sam.gov/.� 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 31 of each calendar year. Contractors may direct questions to the help desk at http://www.sam.gov/. INVOICING Invoice terms are Net 30 days. Invoices must be for services performed. Invoices will not be accepted for billing future services during the period of performance. Inspection and acceptance will be at Lansing, Michigan.� Invoices must be submitted through Wide Area Work Flow (https://piee.eb.mil). QUOTATION PREPARATION INSTRUCTIONS Refer to clause 52.212-1 Instructions to Offerors on www.acquisition.gov for further instructions.� An SF1449 is not required in accordance with FAR 12.603(b). The written quote can be submitted on a PDF document to address the RFQ factors: Contact/Company Information: Company name, point-of-contact, address, e-mail, and telephone number CAGE code and DUNS number Federal Identification Number The contracting officer is not responsible for locating or obtaining any information not identified in the quote. Capacity and Capability Offerors must include information that adequately demonstrates their quote meets the salient characteristics requirement in the PWS of this solicitation.� A general statement of compliance or restatement of the salient characteristics is insufficient.� Information should be readily available to the Contracting Officer; the Contracting Officer is not responsible for locating or obtaining any information not identified in the quote and literature.� Contact your local PTAC office at the Small Business Administration for assistance in creating a capability statement. �Pricing Price quotes must be firm-fixed priced. Price quotes must include unit prices and extended amounts for each line item (i.e., Multiply the unit price and quantity for each line item). Physical:� Fire Fighter-Exam, vitals, medical history questionnaire, 40 panel blood profile, Hemoglobin A1c, complete urinalysis with Micro, vision test, pulmonary function (PFT), and 12 lead resting EKG. Laboratory Charges: PSA Chest X-Ray Respiratory: Single Respirator Quantitative Fit Test (QNFT) Travel- Professional Staff Travel- Staff Car Travel-Technician /hour Travel- Truck Unit Travel Fee Income Include the total price (i.e., sum of all extended amounts�in the price quote.) Prices should be as low as or lower than those charge to your most favored customers, including any discounts for prompt payment. Prices must be valid for 60 days. FOB destination.� Prices shall be provided in the format as listed under the Requirements section of this RFQ.� Contract is a Firm Fixed Price Contract for total awarded amount based on accepted quote of 35 quantity each test.� Once awarded Government may request any combination of test and quantity that does not execeed the awarded firm fixed price.� The Government may not consider quotes that fail to include all of the information requested in this solicitation. EVALUATION The government intends to award to the responsible company(s) whose quote, conforming to the solicitation, is most advantageous to the government based on price and other factors that provide the best value. Best value will be determined by evaluating each quote for price (including option years), past performance, and capability to meet the requirements. Capability will be rated as acceptable or unacceptable. All evaluation factors are approximately equal. The government may award to other than the lowest price quote. The perceived benefits of the higher priced quote may merit the additional cost.� Negative or adverse action in FAPIIS or SPRS in the last three years may render your quote unacceptable. Award may be made without discussion. Therefore, offeror must provide complete information in the package for the government to determine the best value. The government reserves the right to require minor clarifications. However, the government may award without requesting clarification for ambiguity. Lowest apparant offeror will be evaluated based on aggregate total price of itemized test amount mutiplied by 35 quantity.� For evaluation purposes the lowest offerer will be determined inclusive of the total price of the option.� (i.e.� Base Contract + Monthly Option Price = evaluated price) SUBMIT QUESTIONS & QUOTES Questions due:� 18��September 2020, 12:00 pm Eastern Standard Time (EST) Questions must be submitted via email to thelma.g.cooper.civ@mail.mil�Questions will not be answered via telephone. �Answers to questions will be provided to all prospective Offerors, giving due regard to the proper protection of the proprietary information. In order to receive responses to questions, Offerors shall cite, at a minimum, the section, paragraph, number, and page number. The Government will not address any hypothetical questions aimed toward receiving a potential �evaluation decision� from the Government. Quotes due:� � 22���September 2020, 12pm Eastern Standard Time (EST)� Offerors are encouraged to ensure initial proposal is their best and final. The Government reserves the right to require minor clarifications or to hold discussions. However, the Government may award without requesting clarification for ambiguity. SOLICITATION AMENDMENTS It is the vendor�s responsibility to monitor this site for any amendments.� The government is not responsible for any attachments that are rejected by the cyber security due to corruption or virus extensions.�� It is the offeror�s responsibility to contact the POC to verify the quote is received PRIOR to the date and time set for the due date of RFQ. Late Quotes may not be eligible for award. Quote submission must be completed by the date and time indicated. If Amendments to the solicitation are issued, all Offerors must acknowledge the Amendments by signing the accompanying Standard Form 30 and returning the signed Standard Form 30 for all Amendments issued with the Offeror�s quote submission. Failure to acknowledge all Amendments issued by the Government may result in the quote submitted in response to the solicitation being found non-responsive by the Government. ERRORS, OMISSIONS, OR AMBIGUITIES If an Offeror believes the solicitation, including the Performance Work Statement, contains an error, omission, or ambiguity, or is otherwise unsound, the Offeror shall immediately notify the Contract Administrator and Contracting Officer in writing with supporting rationale prior to the date set for the closing for receipt of quotes. APPLICABLE PROVISIONS AND CLAUSES Refer to the Solicitation Clauses attachment listed by reference or in full text.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d23a849eabae48d18cd0f8fa79c048f3/view)
 
Place of Performance
Address: Lansing, MI 48906, USA
Zip Code: 48906
Country: USA
 
Record
SN05804250-F 20200922/200920230212 (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  © 1994-2020, Loren Data Corp.