SOLICITATION NOTICE
Q -- W912LP-25-Q-5005_Medical Surveillance Exams_Davenport, IA
- Notice Date
- 2/19/2025 8:24:03 AM
- Notice Type
- Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- W7M8 USPFO ACTIVITY IA ARNG JOHNSTON IA 50131-1824 USA
- ZIP Code
- 50131-1824
- Solicitation Number
- W912LP-25-Q-5005
- Response Due
- 2/20/2025 8:00:00 AM
- Archive Date
- 03/07/2025
- Point of Contact
- Hunter D. Maeder, Phone: 5152524170, Kelsey Letcher, Phone: 5152524508
- E-Mail Address
-
hunter.d.maeder.mil@army.mil, kelsey.l.letcher.civ@army.mil
(hunter.d.maeder.mil@army.mil, kelsey.l.letcher.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Iowa Army National Guard RFQ# W912LP-25-Q-5005 You are invited to submit a quote for Davenport Medical Surveillance Examination Services to the Iowa National Guard, Camp Dodge Joint Maneuver Training Center, USPFO-P&C, Bldg. 3475, 7105 NW 70th Avenue, Johnston, IA 50131-1824. The contractor shall provide all personnel, equipment, tools, materials. Supervision, travel and quality control necessary to provide the following services in accordance with the Performance Work Statement (PWS). Reference Attachment 02 Period of Performcance: Date of award through 31 May 2025. Place of Performance (within a 40-mile radius of): AASF #3 9650 N Harrison St (Slopertown Rd) Davenport, IA 52806 Quotations are due by 20 February 2025 at 10:00 AM central (standard) time. Quotations shall be submitted to: Hunter Maeder, Contract Specialist, at hunter.d.maeder.mil@army.mil Kelsey Letcher Contracting Officer, at kelsey.l.letcher.civ@army.mil. Questions shall be emailed to the Contract Specialist and Contracting Officer. Questions will not be accepted by phone. The following terms are applicable to this RFQ: 1. NAICS Code 621111, with a small business size standard of $16 million is applicable to this requirement. This RFQ is being solicited as a 100% small business set-aside. 2. Basis for Award is Price. The Government intends to award a firm-fixed price purchase order to the responsible Offeror whose quotation, submitted in compliance with this solicitation, represents the lowest total price to the Government for services that meet the requirements of the PWS. 3. Offerors must have a current, active registration in System for Award Management (SAM) to be eligible for award. Register or check status/expiration date of your registration at http://www.sam.gov. If you are not registered, or if your registration expires within the next 60-days, start the process of updating your registration now as it may take up to 12-15 business days after you submit before your registration is active in SAM. For registrationor renewal instructions, or to check your registration status, see the �Register Your Entity� tile at www.sam.gov. 4. Offerors must submit invoices electronically via Wide Area WorkFlow (WAWF) application at https://piee.eb.mil and will receive payment via Electronic Funds Transfer (EFT) to the bank account listed in their SAM profile. 5. Service Contract Labor Standards Wage Determination 2015-5011, Revision 22, dated 5/10/2024 is applicable to this requirement. Reference Attachment 04. 6. Offeror shall complete all blocks of Attachment 01 Contact Information Table and Pricing Table and provide them with their quotation. Price shall be firm fixed price (FFP) and inclusive of all personnel, equipment, tools, materials, supervision and quality control to perform the required services. The Offeror shall also submit the Name and Address of proposed clinical setting. Quotations that do not include requested information may be deemed non-compliant and may not be considered for award. 7. The provisions and clauses in Attachment 03 are applicable to this acquisition. Points of Contact Contract Specialist: Mr. Hunter Maeder, (515) 252-4170, hunter.d.maeder.mil@army.mil Contracting Officer: Ms. Kelsey Letcher (515) 252-4508, kelsey.l.letcher.civ@army.mil List of Attachments Attachment 01 � Contact Information and Pricing Table Attachment 02 � Performacne Work Statement Attachment 03 � Provisions and Clauses Attachment 04 � Wage Determinations
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e733f8bc65af4bfd81446902297e911e/view)
- Place of Performance
- Address: Davenport, IA, USA
- Country: USA
- Country: USA
- Record
- SN07346434-F 20250221/250219230031 (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 |