Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2004 FBO #0843
SOLICITATION NOTICE

Q -- Medical Surveillance/Occupational Health Commercial Services

Notice Date
3/16/2004
 
Notice Type
Solicitation Notice
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Pittsburgh District Contracting Division, 1000 Liberty Avenue, W.S. Moorhead Federal Building, Room 727, Pittsburgh, PA 15222
 
ZIP Code
15222
 
Solicitation Number
W911WN-04-R-0002
 
Response Due
4/16/2004
 
Archive Date
6/15/2004
 
Point of Contact
Stephanie Kennedy, 412-395-7465
 
E-Mail Address
Email your questions to Pittsburgh District Contracting Division
(stephanie.c.kennedy@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for Medical Surveillance/Occupational Health Commercial Services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announceme nt constitutes the solicitation (W911WN-04-R-0002), and attachments thereto, and can be downloaded and printed by accessing: http://ebs.lrp.usace.army.mil. Technical and cost proposals are being requested from this announcement. The solicitation docume nt and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20 effective date 2/23/04. This action is being solicited as 100% set aside for Small Business, and associated NAICS code is 621999 with a respective size standard of $8.5 Mil. The line items to be priced consist of Level I-IV Physical exams; Special Audiogram/Audiological Tests; Blood Lead Tests; Chest X-Rays; Back Evaluations; and various reports which the contractor will need to complete (such as Quarterly and Annual Occupatio nal Health Examinations Reports) as described in the solicitation package and attachments posted to: http://ebs.lrp.usace.army.mil. Line item pricing will be for the base period and four one year option periods. The services to be provided consist of Ma ndatory Health exams/tests and Medical consultant services in support of the Pittsburgh District Medical Surveillance Services/Occupational Health Services needs. Services may be performed at contractor facilities or via Mobile Medical Health Examination Units. Period of performance will be a base period and four one year option periods. The following provisions are applicable for the commercial services covered 52.212-1; 52.212-2; 52.212-3; 52.212-4. 52.212-2 Evaluation Commercial Items (Jan 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall b e used to evaluate offers: 1. Corporate Experience/Principle Agent Experience: Offerors must demonstrate they have a minimum of 5 years of corporate/principal agent experience in providing Occupational Health Services (Mobile Medical) Surveillance Services 2. Facilities and Equipment: Offerors must demonstrate they have a Non Mobile Health Facility located within 20 miles of the Pittsburgh District Office. The contractor must also have a Mobile Health Unit (Factory Built) capable of performing the tests re quired, and all equipment meets all state certification requirements and is in good working condition. 3. Key Personnel: Offerors employees shall have the qualifications listed in the addendum of the solicitation listed on http://ebs.lrp.usace.army.mil , and have all applicable licensure as required by the states of PA, WV, OH to perform the testing requir ed by the discipline. 4. Administrative Management: The Offerors must demonstrate the capability to successfully administer the contract, maintain employees medical records, timely submit medical evaluation forms and tests, and complete quarterly/annual reports. 5. Subcontracts: The Offerors must demonstrate that any subcontracts proposed have met all the aforementioned criteria. If the subcontracted effort is Lab, the offeror must demonstrate that the lab is performing Blood Lead Tests, and is certified by the Center for Disease Control. 6. Past Performance: Demonstrated experience within the past 5 years in performing previous contracts similar to the size and scope of those services identified within the specification. 7. Price: A price evaluation in accordance with FAR 15.404-1(b) will be performed. Technical and past performance, when combined, is considered equal, in determining the technical acceptability of the offerors. Evaluation Factors.. b) Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exerci se the option(s). c) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the of ferors specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Of those offerors whom are determined technically acceptable the offeror who represents the overall lowest price (base and all option periods considered) will be the offeror eligible for the resultant award. Failure to meet one or more of the aforemention ed criteria will render an offeror unacceptable. Offerors are advised that a separate technical proposal shall be included with their price proposal, which addresses the above criteria, completely, as award may be made without discussions. The following clause and special provisions are incorporated: 52.212-5; 52.216- 18; 52.216-19; 52.216-22; 51.217-8; 52.217-9; 52.237-7; The DPAS rating is N/A. Applicable numbered notes is Note 1, which states the proposed contract is 100% set aside for small business. Vendors must be registered in the Central Contractor Registration Database, the CCR website is http://www.ccr.gov. The complete specifications, to include attachments can be downloaded from http://ebs.lrp.usace.army.mil. Interested parties should register on line at that location. Contact Janet Laukaitis on (412) 395-7476, at Janet.S.Laukaitis @usace.army.mil with qu estions relative to this combined synopsis/solicitation; reference RFP W911WN-04-R-0002. Be advised that periodic access to the US Army Corps of Engineers (http://ebs.lrp.usace.army.mil), Pittsburgh District web site is essential for obtaining updated inf ormation and the latest information regarding this solicitation. Solicitation information consists of Work Statement and applicable clauses (inclusive of certifications), Price Breakdown Schedule and Work Statement Attachments. Interested parties are adv ised submission will be due on April 16, 2004 at 1 PM EST, and should include Technical Proposal Data (not to exceed 60 pages) and the completed Item Breakdown Schedule for Services (Enclosure 1) to include Signed copy of the SF 1449 and Offeror Represent ations and Certifications included in Solicitation clause 52.212-3. Faxed submissions will not be accepted.
 
Place of Performance
Address: Pittsburgh District Contracting Division 1000 Liberty Avenue, W.S. Moorhead Federal Building, Room 727 Pittsburgh PA
Zip Code: 15222
Country: US
 
Record
SN00546852-W 20040318/040317073850 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

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