Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 25, 2020 SAM #6875
SOLICITATION NOTICE

Q -- Fire Fighters, DoD Police Officers and Gurards Physical Examinations

Notice Date
9/23/2020 12:17:05 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
W40M USA HLTH CONTRACTING ACT JBSA FT SAM HOUSTON TX 78234-5074 USA
 
ZIP Code
78234-5074
 
Solicitation Number
W81K04-20-Q-0004-0001
 
Response Due
9/24/2020 12:00:00 PM
 
Archive Date
10/09/2020
 
Point of Contact
Quinella M. Purks, Phone: 2102213699
 
E-Mail Address
quinella.m.purks.civ@mail.mil
(quinella.m.purks.civ@mail.mil)
 
Description
Combined Synposis Solicitation Fire Fighters and DoD Police Officer and Guard Physical Exams The submission time for quotes has been extended from 10:00 AM CST to 2:00 PM CST �on 23 September 2020. This amendment revises the Contract Line Item Number (CLIN) Structure to a per cost for exam for each Military Treatment Facility.�� The quoters must submit the following with their quote: CLIN STRUCTURE TABLE (ATTACHED) CLINIC LOCATIONS (ATTACHED) PHYSICAL EXAMINATION COST BREAKOUT (ATTACHED) SUBCONTRACTING PLAN � 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 this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W81K04-20-Q-0004 and is issued as a request for quote (RFQ). Solicitation W81K04-20-Q-0004 incorporates provisions and clauses effect through Federal Acquisition Circular 20-09.� The solicitation is unrestricted under NAICS code 621111 Office of Physicians except Mental Health Specialist and the small business size is $12,000,000.00.�� The contractor shall conduct Fire Fighters (265) , DoD Police officers and Guards (211 combined total) Physical examinations throughout the Continental United States and Puerto Rico in accordance with the performance work statement.� The physical exams shall be performed at a Private Provider Clinic space. All physical exams and medical case reviews shall be performed by a licensed doctor of medicine (MD) or osteopathy (DO) who has completed residency training in an accredited medical training program and/or American Boards of Medical Specialties (ABMS) or American Osteopathic Association (AOA) board certified or international equivalent. 52.212-1 ADDENDUM FAR 52.212-1 Instructions to Quoter(s) Commercial Items Addendum 1.1. THE QUOTER SHALL SUBMIT THEIR QUOTE ELECTRONICALLY TO MARIA.G.FIDONE.CIV@MAIL.MIL AND LIZETE.M.GREENE.CIV@MAIL.MIL BY THURSDAY 24 SEPTEMBER 10:00 AM CST. 1.2. The Font for all narrative shall be Times New Roman and the Font size shall be no smaller than 10 Points, however the Government will allow a different Font and Font size of no less than 8 Points for graphics and tables. The quoter shall have a cover sheet identifying the quoter, primary point of contact, CAGE Code, DUNS number, the solicitation number, and the contents. To assure timely and equitable evaluation of quote(s), quoter(s) must follow the instructions contained herein. Quoter(s) are required to meet all combined synposis/solicitation requirements, including terms and conditions, representations and certifications, and those identified as evaluation factors and/or subfactors. Failure to meet a requirement may result in an offer being ineligible for award. Taking exception to any provision in the solicitation may render the offer ineligible for award. All documents submitted in response to this solicitation must be fully responsive to and consistent with the requirements of the solicitation. 1.3. The Government will award a contract resulting from this combined synopsis/solicitation to the responsible quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered.� The following factors shall be used to evaluate quotes:� Technical and price.� 1.4. PROPOSAL DETAILS: TECHNICAL QUOTE:� The quoter shall provide Private Provider Clinics within the geographic location to that do not exceed 60 miles from the installation. Except Fort Hunter Liggett, CA, the Private Provider Clinic shall not exceed 120 miles from the installation.� The quoter�s quote shall list the name, address, and phone number for each Private Provider Clinic.� The quoter shall submit a quote for all the clinic locations listed in paragraphs 5.1.3 and 5.2.3 of the Performance work Statement.� PRICE QOUTE The quoter shall COMPLETE THE PROPOSED PRICING TABLE BELOW for the contract line item numbers and COMPLETE THE ATTACHED PHYSICAL EXAMINATION COST BREAKOUT which consists of the elements of the physical examination, laboratory test and immunizations for fire fighters and police officer and guards. 0001 �� Fire Fighters Physical Exam� 265 ea�� ___________ � amount __________ ����������� Period of Performance 25 September 2020 � 41 January 2021 0002 �� DoD Police Officer�s and Guards� �211 ea _________ amount __________ ����������� Period of Performance 25 September 2020 � 41 January 2021 0003 �� Contract Manpower Report �� 1 ea� �� Not Separately priced� ����������� Delivery Date� 31 October 2020 0004 �� Contract Manpower Report �� 1 ea� �� Not Separately priced� ����������� Delivery Date� 31 March 2021 *Annual data reporting IAW Performance Work Statement, paragraph 1.16.20. The contractor shall provide contractor manpower reporting to the Department of the Army IAW https://ecrma.mil. Annual data shall be for the period of performance not to exceed 12 months ending 30 Sep of each government fiscal year and must be reported by 31 Oct of each calendar year. SUBCONTRACTING PLAN Subcontracting Plan:� In accordance with FAR Clause 52.219-9, proposals submitted by large businesses shall include a subcontracting plan that separately addresses subcontracting with small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, and women-owned small business concerns.� The quoter shall submit a Small Business Participation Plan that meets the minimum mandatory Total Small Business Participation goal of 23% (through collective small business participation from any type of small business or sub-category small business).� The subcategory small business goals are NOT mandatory.� In accordance with FAR Subpart 9.104(b), if a pending contract requires a subcontracting plan pursuant to FAR 19.7, The Small Business Subcontracting Program, the Contracting Officer shall consider the prospective contractor�s compliance with subcontracting plans under recent contracts. Small Business Concerns ����������������� Quoter Proposed % _____�� Target %� 5% Small Disadvantaged Business��������� Quoter Proposed % _____�� Target %� 5% Woman-Owned Small Business ������� Quoter Proposed % _____�� Target %� 5% HUBZone Small Business����������������� Quoter Proposed % _____�� Target %� 5% Service-Disabled Veteran-Owned Small Business Quoter Proposed % _____ Target %� 5% �(f) One completed copy of FAR Provision 52.204-26 Covered Telecommunications Equipment or Services--Representation (Dec 2019) (g.) One completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications- Commercial Items, Alternate I (h) If the quoter has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (https://www.sam.gov/sam/) or if their SAM registration does not include the following representations, the quote shall also submit one completed copy of each of the following: i. FAR Provision 52.203-2, Certificate of Independent Price Determination ii. FAR Provision 52.209-7, Information Regarding Responsibility Matters iii. FAR Provision 52.219-1, Small Business Program Representations iv. FAR Provision 52.222-22, Previous Contracts and Compliance Reports v. FAR Provision 52.222-25, Affirmative Action Compliance vi. DFARS Provision 252.209-7002, Disclosure of Ownership or Control By a Foreign Government (j) The non-FAR Part 12 discretionary FAR and DFARS provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. 52.212-2 Evaluation - Commercial Items OCT 2014 The Government will award a contract resulting from this combined synopsis/solicitation to the responsible quoter whose quote conforming to the combined synopsis/solicitation will be the most advantageous to the Government, price and other factors considered:� The following factors shall be used to evaluate quotes: Technical Price Technical - The Government will only award to the Quoter who can provide support for all locations.� The Small Business Subcontracting Plan that contains all the elements required by FAR Clause 52.219-9 shall be submitted by applicable quoter in accordance FAR Subpart 19.704.� The Small Business Subcontract Plan is not a requirement for evaluation, but rather a requirement for award to a large business and will be incorporated into any resultant contract.� A written notice of award or acceptance of a quote, mailed or otherwise furnished to the quoter within the time for acceptance specified in the quote shall result in a binding contract without further action by either party.� Before the quoter�s specified expiration time, the government may accept a quote whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.��������� Additional FAR Clauses, Provisions and the Performance Work Statement are attached in the document W81K04-20-Q-0004 PD Clauses.�� The PHYSICAL EXAMINATION COST BREAKOUT is attached.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/bc0fd2c02300447ca8270942f9f88145/view)
 
Place of Performance
Address: JBSA Ft Sam Houston, TX 78234, USA
Zip Code: 78234
Country: USA
 
Record
SN05808424-F 20200925/200923230216 (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.