Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 22, 2021 SAM #7326
SOLICITATION NOTICE

Q -- Paramedic Services

Notice Date
12/20/2021 10:48:06 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
FA4830 23 CONS CC MOODY AFB GA 31699-1700 USA
 
ZIP Code
31699-1700
 
Solicitation Number
FA483022QS001
 
Response Due
1/20/2022 11:00:00 AM
 
Archive Date
02/04/2022
 
Point of Contact
Jordon Tyler Bongcayao, Phone: 2292572739, Fax: 2292574709, Gerard J. Entwisle, Phone: 2292572509, Fax: 2292574709
 
E-Mail Address
jordon.bongcayao@us.af.mil, gerard.entwisle.2@us.af.mil
(jordon.bongcayao@us.af.mil, gerard.entwisle.2@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis and solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 utilizing Simplified Acquisition Procedures in FAR Part 13, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. AVAILABILITY OF FUNDS The Government intends to award for this service, HOWEVER FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS CONTRACT. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. The solicitation number for this procurement is FA483022QS001 and it is issued as a Request for Quotation (RFQ). All References to �offer� or �offeror� in the clauses and provisions incorporated below are deemed to have the meaning of �quotation� and �quoter� respectively.� Any quotation received in response to this RFQ is not binding until the Contractor either signs the purchase order issued at time of award, or starts performance. This RFQ and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2022-01, Defense Acquisition Circular (DAC) and Air Force Acquisition Circular (AFAC) 2021-0726.� In accordance with FAR 52.219-1 the North American Industry Classification System (NAICS) is 621399.� The small business size standard is $8 million. The Government intends to award a single contract from this solicitation.� This acquisition will be set aside 100% for Small Businesses in accordance with FAR 19.502-2(a).� Description:� The purpose of this RFQ is to acquire Paramedic Services for the 23d Medical Group at Moody AFB in accordance with Attachment 2:� Performance Work Statement (PWS).� FOB Point:� Destination (Moody AFB, GA.) Period of Performance: Base Period: 20 March 2022 through 19 December 2022 Option 1:� 20 December 2022 through 19 December 2023 Option 2:� 20 December 2023 through 19 December 2024 Option 3:� 20 December 2024 through 19 December 2025 Option 4:� 20 December 2025 through 19 December 2026 All offerors must be System for Award Management (SAM) registered and the online representation and certification in SAM must be completed.� Information concerning SAM requirements may be viewed via the internet at https://sam.gov/content/home or by calling 866-606-8220, or 334-206-7828 for international calls.� Offerors that reject the terms and conditions of the solicitation may be excluded from consideration. The FAR, Defense Federal Acquisition Regulation Supplement (DFARS), and Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses at Attachment 1 apply to this RFQ and clauses in this attachment will be incorporated into the resulting contract.� All provisions and clauses may be viewed in full text via the internet at https://www.acquisition.gov/. � The Certificate of Compliance with Insurance Requirements at Attachment 6 will also apply to the solicitation. Response Time:� Quotations will be accepted electronically no later than 2:00 PM EST on Thursday, 20 January 2022.� All quotations shall be marked with the RFQ number and title.� Email quotations shall be sent to both the primary and alternate points of contact identified below, as well as the 23 CONS Services Flight Org Mailbox at 23CONS.LGCB@us.af.mil. The provision at FAR 52.212-1, Instruction to Offerors - Commercial Items, applies to this acquisition.� Quotations shall contain the following information:� RFQ Number; Time Specified for Receipt of Quotations; Name, Address, and Telephone Number of Quoter; System for Award Management (SAM) DUNS Number and CAGE Code; Name and Email address of Representative authorized to discuss quote;� Any Discount Terms; and Acknowledgement of all Solicitation Amendments (if applicable). �Quotations shall also include the following required documentation: 1. Price:� Quoted prices shall be submitted using the Pricing Schedule at Attachment 3 and in typed format for legibility.� Offerors shall insert unit prices in the attached pricing schedule, rounded to the nearest cent (for example $0.02 not $0.0231).� Offerors rejecting the terms and conditions may be excluded from consideration.� Note:� Department of Labor (DOL) Wage Determination 2015-4493 Rev. 16, dated 10/20/2021, at Attachment 4, applies. 2.� Technical:� The offeror must submit a technical approach that clearly demonstrates a complete and realistic plan to meet Service Summary item SS-1, SS-2, SS-3 and SS-4 of the Performance Work Statement (PWS) (Reference Section 2.1 of the PWS).� The entire technical approach document shall not exceed twenty (20) pages including charts and tables and shall be written in a font not smaller than twelve (12) point, although 10 point may be used for charts and tables. The technical approach must include: a. Confirmation of a Contractor Medical Director in accordance with Sections 1.4 and 1.6.2 of the PWS. b. Qualification documents, to include resumes, that demonstrate the qualifications of each paramedic that the Contractor intends to use to perform paramedic services. The documentation must demonstrate that the qualifications of each paramedic submitted meets all �Contractor Qualifications� in Section 1.7 of the PWS. c. The technical approach must also demonstrate how the offeror will maintain readiness and rapid emergency medical response and that the offeror�s approach to recruiting and retaining qualified personnel will provide maximum shift coverage. d. Essential Services Plan. The offeror must submit an Essential Services Plan as part of the offeror�s technical approach. All Support services outlined in Attachment 1 are designated as Essential Services in accordance with (IAW) the clause DFARS 252.237-7023. The offeror shall therefore include an Essential Services Plan, IAW DFARS clause 252.237-7024, explaining how the offeror will undertake steps to maintain the service in the event of a qualifying event or emergency. The plan must address: i.� Challenges associated with maintaining essential Contractor services during an extended event, such as a pandemic that occurs in repeated waves; ii. The time lapse associated with the initiation of the acquisition of essential personnel and resources and their actual availability on site; iii. The components, processes, and requirements for the identification, training, and preparedness of personnel who are capable of relocating to alternate facilities; iv. Any established alert and notification procedures for mobilizing identified �essential Contractor service� personnel; and v. The approach for communicating expectations to Contractor employees regarding their roles and responsibilities during a crisis. 3. ��Past Performance: The Contractor may submit no more than three (3) past performance references. References should be for services similar in scope to this requirement that have occurred in the last three (3) years prior to the closing date of the solicitation. References for past performance shall either be completed on the Past Performance Questionnaire (PPQ) at Attachment 5 or be a Contractor Performance Assessment Reporting System (CPARS) assessment report and include a point of contact, their phone number, email address, name of the company, contract number (if applicable), initial contract cost, and period of performance. 4.��� Insurance Compliance:� The Insurance Certification Form at Attachment 6 shall be completed and submitted with the quotation. 5.�� Contractor Information:� The Contractor Information Form at Attachment 7 shall be completed and submitted with the quotation. 6.� ��Solicitation Amendments:� Acknowledgement of all solicitation amendments is required with submission of quotations. 7.�� Air Force Medical Services Business Associates Agreement (AFMS BAA):� Completion of the AFMS BAA is not required for award, but completion will be required by the awarded contractor prior to the start of contract performance. Evaluation:� IAW FAR 52.212-2, Evaluation-Commercial Items, the Government will award a contract to the offeror whose quotation is judged to represent the best value to the Government based on Price, Past Performance, and Technical Factors. 1. Price:� Evaluation of price will consider the total of the annual prices for all contract years (base plus all options, including a possible six-month extension), with each year�s price evaluated as the sum of the prices of all contract line items (CLINs) for that year.� Each CLIN price will be evaluated as the quantity multiplied by the unit price, rounded to the nearest cent.� A potential six-month extension IAW the clause FAR 52.217-8 will be evaluated at the pricing of the final option year divided by two. In the event of an extension under this clause, it will be exercised at the prices of the prior contract year. 2. Technical:� The technical approach will be evaluated to determine if it clearly demonstrates a complete and realistic plan to meet Service Summary item SS-1, SS-2, SS-3 and SS-4 of the Performance Work Statement. Technical will be evaluated on an �Acceptable� or �Unacceptable� scale as defined below. DEFINITION/RATING ACCEPTABLE Technical approach meets the requirements of the solicitation. UNACCEPTABLE Technical approach does not meet the requirements of the solicitation. In order to be technically acceptable, offerors shall submit a technical approach document as stated in the FAR 52.212-1 provision addendum, paragraph 2, of this RFQ.� Quotations must be evaluated as Acceptable in Technical to be considered awardable. If a quotation receives an Unacceptable rating, the offeror will not be considered for award. 3. Past Performance:� Recent, relevant Past Performance will be evaluated on an Acceptable/Unacceptable scale as defined below. For the purpose of this solicitation, recency is performance occurring within the last three (3) years from the period of the solicitation release date. For the purpose of this solicitation, relevancy is defined as performance of Paramedic services similar in scope to this requirement with a period of performance of at least one (1) year.� The one (1) year of relevancy performance must be within the last three (3) years of recency performance. Past Performance will be evaluated on an �Acceptable� or �Unacceptable� scale as defined below. DEFINITION/RATING ACCEPTABLE Based on the offeror�s performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror�s performance record is unknown (See note below). UNACCEPTABLE Based on the offeror�s performance record, the Government does not have a reasonable expectation that the offeror will be able to successfully perform the required effort. NOTE:� In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance. Therefore, the offeror shall be determined to have unknown (or �neutral�) past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered� acceptable�. Evaluation of past performance will also consider past performance information obtained from any suitable source, such as Air Force automated past performance data bases (i.e. CPARS, PPIRS), direct business experience with the offeror, or similar.� Quotations must be evaluated as Acceptable in Past Performance to be considered awardable. If a proposal receives an Unacceptable rating, the offeror will not be considered for award. Although only recent, relevant past performance will be evaluated for award, poor performance ratings or other negative information regarding non-recent and/or non-relevant past performance will be evaluated for contractor responsibility IAW FAR 9.104-1(c) and FAR 9.104-3(b) and may still result in disqualification from award. The government reserves the right to obtain and evaluate past performance information from any sources it deems appropriate. An offeror may be given the opportunity to clarify certain aspects of their proposals, such as, the relevance of an offeror�s past performance information (as related to this acquisition), and adverse past performance information to which the offeror has not previously had an opportunity to respond or to resolve minor clerical errors. Questions and Answers: Should you have any questions about this requirement, please submit them no later than 2:00 PM EST 7 January 2021. �All questions must be submitted via email. Answers to all questions will be posted to SAM.gov prior to close of the solicitation with ample time for quotations to be submitted taking questions and answers into account. Primary Point of Contact: Jordon T. Bongcayao, Email: jordon.bongcayao@us.af.mil, Phone: 229-257-3676 Alternate Point of Contact:� Gerard J. Entwisle, Email: gerard.entwisle.2@us.af.mil, Phone: 229-257-2509 Alternate Point of Contact:� Organization Box, Email: 23CONS.LGCB@us.af.mil ATTACHMENTS: Attachment 1 � Provisions and Clauses Attachment 2 �PWS, Paramedic Services Attachment 3 � Pricing Schedule Attachment 4 � DOL Wage Determination 15-4493 Rev. 16 Attachment 5 � PPQ Form Attachment 6 � Insurance Compliance Form Attachment 7 � Contractor Information Form Attachment 8 � AFMS Business Associate Agreement
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c21646f6653844b4835cd15a3d83b9f8/view)
 
Place of Performance
Address: Moody AFB, GA 31699, USA
Zip Code: 31699
Country: USA
 
Record
SN06201415-F 20211222/211220230111 (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.