SOLICITATION NOTICE
Q -- Coding Technician Services
- Notice Date
- 8/5/2005
- Notice Type
- Solicitation Notice
- NAICS
- 621999
— All Other Miscellaneous Ambulatory Health Care Services
- Contracting Office
- Department of the Air Force, United States Air Force Europe, 31st Contracting Squadron - Aviano, 31st Contracting Squadron (Aviano) Via Monte Colombera, 33081 Aviano (PN), ., 33081
- ZIP Code
- 33081
- Solicitation Number
- f1f4a35040a100
- Response Due
- 8/22/2005
- Archive Date
- 9/6/2005
- Description
- DESCRIPTION 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 is issued as a Request for Proposal. The applicable NAICS code is 621999 The Bid Schedule Shall Be For: Item No 0001: NoN personal Services: The Contractor shall furnish all labor, materials and transportation, to provide Coding Technician Services in accordance with the attached Performance Work Statement (PWS, Attachment 2, consisting of 9 pages) EMAIL RICHARD.AUTHIER@AVIANO.AF.MIL FOR A COPY OF PWS AND WORD DOC OF THIS SOLICITATION THE PRICE WILL BE INSERTED ON THE SCHEDULE (Attachment 1, consisting of 1 page) PLACE OF PERFOMRNACE: 31ST MEDICAL GROUP, AVIANO AB, ITALY The following clauses and provisions apply to this solicitation (available from http://farsite.hill.af.mil/) 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS (JAN 2004) Addendum to 52.212-1(c): Quotes must be good for a minimum of 90 days. 52.212-2 EVALUATION ?COMMERCIAL ITEMS (a) The Government will select the best overall offer based on a comparative assessment of Price and Past Performance, whereby price may be traded off for past performance. The following factors will be used to evaluate offers (1) Technical (2) Past Performance (3) Price: ADDENDUM to 52.212-2: Evaluation Process: General Information: All offers received will be subject to an evaluation by a team that includes government personnel experienced in medical services. The award will be made to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government- price, and other factors considered. However, if an offeror does not have relevant past performance history, the offeror may not be evaluated favorably or unfavorably on past performance, but will receive a neutral, unknown, confidence rating. In addition, award may be made to other than the lowest priced offeror and may be made without conducting discussions. Consequently, offers, which do not conform to all the terms and conditions of this solicitation, may be considered unacceptable. Technical Competency: In order to be rated as acceptable. Therefore, to be considered, an offeror must provide all the information and/or requirements listed below. Failure to submit the listed requirements will result in the offeror?s technical aspect of the offer to be determined technically unacceptable. Evaluation Criteria: Knowledge Required by the Position: (1) Registered Health Information Administrator (RHIA), Registered health Information Technician (RHIT), Certified Coding Specialist (CCS), Certified Coding Specialist Physician (CCS-P), Certified Procedural Coder (CPC) or at least 3 years ambulatory medical coding experience contingent on his/her becoming registered or certified, at other than the Government?s expense, within one year of hire. (2) Must have a basic understanding of Microsoft office programs of Word, Excel and PowerPoint. (3) Must be proficient in the English language. (4) Any other requirement mentioned in the attached Performance Work Statement (PWS). Past Performance Evaluation: A minimum of 2 or 3 most recent Contracts performed by the offeror, similar in nature and magnitude to the work described in the PWS, either governmental or private/commercial entities. The offeror will provide all the relevant information to enable the evaluation team to give the following ratings. Exceptional- Indicates that the offeror?s qualifications are clearly superior to that which would normally be found in the international commercial marketplace. The offeror?s past performance record is so fundamentally sound that there is no doubt of the offeror?s ability to perform the requirement. Very Good Indicates that the offeror?s qualifications are above industry standards that would normally be found in the international commercial marketplace. Satisfactory/Neutral Based on the offeror?s performance record, some doubt exists that the offeror will successfully perform the required effort or no past performance record is available. Marginal Indicates that the offeror?s qualifications are below industry standards than would normally found in the international commercial marketplace. The offeror?s past performance record presents significant doubt in the offeror?s ability to perform the requirement hence indicating a medium level of performance risk. Unsatisfactory indicates that the offeror?s qualifications are clearly inferior to that which would normally be found in the international commercial marketplace. The offeror?s past performance record is so fundamentally flawed that there is no doubt in the offeror?s inability to perform the requirement indicating a high level of performance risk. Price Evaluation Factor: For award purposes, the offeror will be evaluated on the total price of all CLINS contained in the Schedule. All offers must include prices for all line items. Failure to include all prices will exclude the offer from further consideration for award. Evaluation Procedures: Award will be made to the responsible offeror whose proposal offers the best value to the government. Best value will be determined based on an integrated assessment of each offer in terms of Technical Competency, Past Performance and Price. Therefore, subjective judgment by the Government is implicit in the evaluation process. The following terms and conditions also apply: 52.212-4 CONTRACT TERMS AND CONDITIONS-- COMMERCIAL ITEMS (OCT 2003) ADDENDUM TO 52.212-4(K) TAXES. The following applies 52.229-6 Taxes- Foreign Fixed Price and DFARS 252.229-7003(b)(1)(iii) Fiscal Code: 91000190933 52.203-12 Limitation on Payments to Influence Certain Federal Transactions 52.214-34 Submission of Offers in the English Language; FAR 52.217-8 Option to Extend Services, FAR 52.217-9 Option to Extend the Terms of the Contract 52.225-14 Inconsistency Between English Version and Translation of Contract 52.232-19 Availability of Funds for the Next Fiscal Year 52.233-2 Service of Protest 52.233-3 Protest After Award 52.237-2 Protection of Government Building, Equipment and Vegetation 52.237-3 Continuity of Services 52.242-15 Stop-Work Order 52.243-1 Changes-Fixed Price (Aug 1987)-Alt. I 52.245-1 Property Records 52.245-4 Government Furnished Property (Short Form); FAR 52.246-4 Inspection of Services-Fixed Price FAR 52.246-25 Limitation of Liability- Services FAR 52.252-5 Authorized Divisions in Provisions 52.252-6 Authorized Deviation in Clauses DFARS 252.204-7000 Disclosure of Information DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country DFARS 252.233-7004 Subcontracting with Firms that are Owned or Controlled by the Government of a Terrorist Country DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Orders Applicable to Defense Local Labor Laws DFARS 252.222-7003 Permit from Italian Inspectorate of Labor DFARS 252.233-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials-Alt. I DFARS 252.243-7001 Pricing of Contract Modifications DFARS 252.243-7002 Requests for Equitable Adjustment DFARS 252.246-7000 Material Inspection and Receiving Report USAFE FAR SUP 5352.204-9100 Communications Security Review (USAFE) USAFE FAR SUP 5352.242-9100 Installation Passes EMAIL RICHARD.AUTHIER@AVIANO.AF.MIL FOR A COPY OF THE PERFORMANCE WORK STATEMENT AND ANOTHER COPY OF THIS SOLICITATION. Offers must arrive in this office no later than 1200 Hours on 22 AUGUST Any questions or concerns, may be directed to 1Lt Richard Authier at 0434-30-7451 or email at richard.authier@aviano.af.mil.
- Place of Performance
- Address: AVIANO AB, ITALY
- Zip Code: 09601
- Country: ITALY
- Zip Code: 09601
- Record
- SN00863560-W 20050807/050805212429 (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 |