Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2006 FBO #1644
MODIFICATION

Q -- Reinstatement of Combined Synopsis/Solicitation with some additions/changes

Notice Date
5/26/2006
 
Notice Type
Modification
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
ACA, Fort Hamilton, Directorate of Contracting, 111 Battery Avenue, Room 115, Brooklyn, NY 11252-5000
 
ZIP Code
11252-5000
 
Solicitation Number
W91QF2-06-T-0011
 
Response Due
6/20/2006
 
Archive Date
8/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This acquisition is being conducted in accordance with FAR Par t 12  Acquisition of Commercial Items, in conjunction with FAR Par 13  Simplified Acquisition Procedures. This announcement constitutes the only solicitation. Solicitation # W91QF2-06-T-0011 applies and is used as a Request for Quote. A written solicita tion is available. This procurement is a 100% small business set-aside. The Fort Hamilton Community seeks a TRICARE provider to establish, at the Garrison, a pediatric clinic. The TRICARE provider will be provided rent-free, through a license, five (5) unfurnished rooms at the Ainsworth Clinic. There will be no cost to the Government. The period of performance is one base year and four option years (OY), beginning July 1, 2006, and ending June 30, 2011. The acquisition will be conducted under North Am erican Industry Classification System (NAICS) 621111; the small business size standard is $8.5 million. The SIC code is 0116. As noted in the Statement of Work (SOW), paragraph 7(d), the offeror's written plans will be used to evaluate the offerors. The C ontract line items numbers (CLINs) are as follows: 0001: Operate TRICARE Pediatric Office-Base Yr; 0002: Operate TRICARE Pediatric Office- OY1; 0003: Operate TRICARE Pediatric Office- OY2; 0004: Operate TRICARE Pediatric Office- OY3; 0005: Operate TRICAR E Pediatric Office- OY4. 9999: Contract Manpower Reporting. The Statement of Work (SOW) is as follows: STATEMENT OF WORK (SOW) TRICARE PEDIATRIC OFFICE AT FORT HAMILTON, NEW YORK 1. TITLE. License for Government Facilities in the Ainsworth Army Medical Cl inic to Establish a TRICARE Pediatric Office on Fort Hamilton. 2. GENERAL. To improve the Soldiers Quality of Life, outside family health care professionals are needed to support the Ainsworth Army Medical Clinic location. 3. OBJECTIVES. The primary o bjective is to establish a TRICARE provider on the Garrison for the purpose of providing pediatric care for the families of soldiers (military beneficiaries only). The establishment of which will be at no cost to the U.S. Government. The provider will no t incur license costs. 4. SPECIFIC TASKS. The following tasks shall be performed independent of Government supervision, direction, or control: a. Operate a typical TRICARE Pediatric Office and in accordance with TRICARE policy and Health Net Federal Se rvices provider contract b. Ensure that enough medical assets and medical supplies are provided by the lessee to operate effectively. c. Establish at least one admitting agreement with a nearby TRICARE contracted hospital (within 30 minutes of Fort Hamil ton). d. Establish and maintain duty hours and dates which roughly correlate to those of the Ainsworth Army Medical Clinic. (Overall hours of Ainsworth Clinic are Monday through Friday 0730  1600 hours.) Maintain emergency contact capability for non-duty hours. e. Ensure there are emergency procedures established with a nearby provider for ambulance services. 5. REPORTING REQUIREMENTS. Oral reports as required by the COR. 6. QUALIFICATION REQUIREMENTS. The Pediatric provider will abide by Health Net contract and credentialing requirements. 7. PLACE, PERIOD OF PERFORMANCE, TRAVEL, DISCHARGING OF RESPONSIBILITIES, and INDEPENDENCE a. Place of Performance: Work will be at the performers location (Building 114, Fort Hamilton Garrison, Brooklyn, NY 112 52). b. Period of Performance: The period of performance shall be from the effective date of the delivery order through the following 12 months with four (4) one-year periods thereafter as elected by the Garrison Commander. c. Travel: There are no kno wn travel requirements outside of the commuting area. d. Discharging of Responsibilities: The pediatric provider will offer a written plan on projected operat ions to include requirements of paragraph 4, above. A separate plan will address disposal of medical waste. These written plans will be used to evaluate the offerors. e. Independence: The Pediatric Office will operate independently of the Ainsworth Cl inic with the exception of sharing a waiting room and having access to the Pharmacy. f. Janitorial Service: The pediatric provider will arrange for their janitorial service on a daily basis. The common used hallway running between the rooms will not ha ve to be included in this janitorial service. g. Utilities: Heating/air conditioning and electricity cost will be prorated to the pediatric provider at the discretion of the Garrison Commander. 8. RESTRICTIONS. There is no known existing or potential conflicts of interest associated with this performance except ingress and egress from the Garrison. This will be coordinated with the Garrison Provost Marshal Office to provide security badges. 9. SECURITY CLEARANCE, BACKGROUND INFORMATION, AND PROOF OF C ITIZENSHIP. No security clearance is required; the effort is unclassified. However, background investigations will have to be performed to give assurances the health care providers are not a danger to the U.S. government. The health care provider will pr ovide background information as requested. Also, the health care provider and all staff will provide proof of U.S. citizenship. 10. QUALITY ASSURANCE. Health Net will ensure the selected Pediatric provider operates in accordance with their contractual a rrangements. Credentialing will be in accordance with Health Net contractual provisions. 11. PHARMACY USAGE AT AINSWORTH ARMY CLINIC. The provider will be authorized to use and access the resources of the Pharmacy to dispense medicines. 12. CONTRACTING OFFICERS REPRESENTATIVE (COR). Name: Mike Paidoussis Command: Ft. Hamilton Garrison DPW Agency: DPW Address: 129 Wainwright Drive, Brooklyn, NY 11252-6800 Phone: 718-630-4501 E-Mail: Michael.paidoussis@hamilton.army.mil 13. CONTRACTING POI NT OF CONTACT: Name: Marsha Garwin Command: Ft. Hamilton Agency: ACA Address: 114 White Avenue, Brooklyn, NY 11252 Phone: 718-630-4750 (FAX): 718-630-4700 E-Mail: garwinm@hamilton.army.mil Services Contract Manpower Reporting Requirement: The Of fice of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report all contractor manpower (including sub-contractor manpower) required for performance of this contract. The contractor is required to completely fill in all information in the format using the following address: https://contractormanpower.army.pentagon,mil. The required information includes: (1) Contracting Office, Contracting Officer, Contracti ng Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by the reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employe e entering data; (5) Estimated direct labor hours (including sub-contractors); (6) Estimated direct labor dollars paid this reporting period (including sub-contractors); (7) Total payments (including sub-contractors); (8) Predominant Federal Service Code ( FSC) reflecting services provided by contractor (and separate predominant FSC for each sub-contractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Act ivity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information); (11) Locations where the contractor and sub-contractors perform the work (specified by zip code in the United State s and nearest city, country, when in an overseas location, using standardized nomenclature provided on the web site); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor shall also provide the estimated total cost (if any) incurred to comply with t his reporting requirement. Reporting period shall be the period of performance not to exceed 12 months ending 30 September of each Government fiscal year and must be reported by 31 October of each calendar year. Contractors may use the direct XL data tra nsfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at t he web site. The specific formats for the XML direct transfer may be downloaded from the web site. The license reads as follows: DEPARTMENT OF THE ARMY LICENSE TO ___________ TO USE PROPERTY LOCATED ON KINGS COUNTY, FORT HAMILTON GARRISON, NEW YORK THE SECRETARY OF THE ARMY, hereinafter referred to as the Secretary, under authority of ER 405-1-12(Change 30 30Sep94) hereby grants to Pediatric Clinic pr ovider _____________________________ hereinafter referred to as the grantee, a license for the occupancy of five private rooms in the Ainsworth Clinic, building 114: 1-50, 1-51, 1-58, 1-59 and 1-52, over, across, in and upon lands of the United States, as identified in Exhibit(s) A, attached hereto and made a part hereof, hereinafter referred to as the premises. THIS LICENSE is granted subject to the following conditions. 1. TERM This license is granted for a term of five (5) years, beginning ___________ , 2006 and ending __________ 2011, but revocable at will by the Secretary, unless a request for renewal is received no later than 30 days prior to the termination date. 2. CONSIDERATION The grantee is granted this license as a result of an invitation by F ort Hamilton Garrison Commander in order to accommodate the Fort Hamilton Community. Cost of utilities will be prorated and charged by the installation as reimbursable charges. Consideration for the space is waived. 3. NOTICES All notices and corresponden ce to be given pursuant to this license shall be addressed, if to the grantee, to and if to the United States Army, to the Directorate of Public Works, US Army Garrison, Fort Hamilton, AYFN IMNE-HAM-PWD-M, MR PAIDOUSSIS, 129 Wainwright Drive, Brooklyn, NY 11252-6800 or as may from time to time otherwise be directed by the parties. Notice shall be deemed to have been duly given if and when enclosed in a properly sealed envelope addressed as aforesaid, and deposited, postage prepaid, in a post office regularl y maintained by the United States Postal Service. 4. AUTHORIZED REPRESENTATIVES Except as otherwise specifically provided, any reference herein to Secretary, District Engineer, Installation Commander, or said officer shall include their duly autho rized representative. Any reference to grantee shall include any duly authorized representatives. 5. SUPERVISION BY THE INSTALLATION COMMANDER The use and occupation of the premises shall be subject to the general supervision and approval of the Insta llation Commander, Fort Hamilton Garrison hereinafter referred to as said officer, and to such rules and regulations as may be prescribed from time to time by said officer. 6. APPLICABLE LAWS AND REGULATIONS The grantee shall comply with all applicable F ederal, State, County and municipal laws, ordinances and regulations wherein the premises are located. 7. CONDITIONAL USE BY GRANTEE The exercise of the privileges herein granted shall be: a. without cost of expense to the United States; b. subject to the right of the United States to improve, use or maintain the premises. c. subject to other outgrants of the United States on the premises. d. personal to the grantee, and this license, or any interest therein, may not be transferred or assigned. 8. CON DI TION OF PREMISES The grantee acknowledges that it has inspected the premises, knows its condition, and understands that the same is granted without any representations or warranties whatsoever and without any obligation on the part of the United States. 9 . COST OF UTILITIES The Government shall be under no obligation to furnish utilities or services. Payment shall be made in the manner prescribed by the officer having such jurisdiction. (See paragraph 2). 10. PROTECTION OF PROPERTY The grantee shall keep the premises in good order and in a clean, safe condition by and at the expense of the grantee. The grantee shall be responsible for any damage that may be caused to property of the United States by the activities of the grantee under this license, and sh all exercise due diligence in the protection of all property located on the premises against fire or damage from any and all other causes. Any property of the United States damaged or destroyed by the grantee incident to the exercise of the privileges here in granted shall be promptly repaired or replaced by the grantee to a condition satisfactory to said officer, or at the election of said officer, reimbursement made therefore by the grantee in an amount necessary to restore or replace the property to a con dition satisfactory to said officer. 11. INDEMNITY The United States shall not be responsible for damages to property or injuries to persons which may arise from or be incident to the exercise of the privileges herein granted, or for damages to the proper ty of the grantee or for damages to the property or injuries to the person of the grantees officers, agents, or employees or others who may be on the premises at their invitation or the invitation of any one of them, and the grantee shall hold the United States harmless from any and all such claims not including damages due to the fault or negligence of the United States or its contractors. 12. RESTORATION On or before the expiration date of this license or its termination by the grantee, the grantee sha ll vacate the premises, remove the property of the grantee, and restore the premises to a condition satisfactory to said officer. If, however, this license is revoked, the grantee shall vacate the premises, remove said property and restore the premises to the aforesaid condition within such time as the said officer may designate. In either event, if the grantee shall fail or neglect to remove said property and restore the premises, then, at the option of said officer, the property shall either become the pr operty of the United States without compensation therefore, or said officer may cause the property to be removed and no claim for damages against the United States or its officers or agents shall be created by or made on account of such removal and restora tion work. The grantee shall also pay the United States on demand any sum which may be expended by the United States after the expiration, revocation, or termination of this license in restoring the premises. 13. NON-DISCRIMINATION The grantee shall not discriminate against any person or persons or exclude them from participation in the grantees operations, programs or activities because of race, color, religion, sex, age, handicap, or national origin in the conduct of operations on the premises. The gra ntee will comply with the Americans with Disabilities Act and attendant Americans with Disabilities Act Accessibility Guidelines (ADAAG) published by the Architectural and Transportation Barriers Compliance Board. 14. TERMINATION This license may be termi nated by the grantee at any time by giving the Installation Commander at least thirty (30) days notice in writing provided that no refund by the United States of any consideration previously paid shall be made and provided further, that in the event that s aid notice is not given at least thirty (30) days prior to the obligation due date, the grantee shall be required to fulfill the obligations for the period show n in the Condition on CONSIDERATION. 15. ENVIRONMENTAL PROTECTION a. Within the limits of their respective legal powers, the parties to this license shall protect the premises against pollution of its air, ground and water. The grantee shall comply with any laws, regulations, conditions, or instructions affecting the activity hereby authorized if and when issued by the Environmental Protection Agency, or any Federal, State, interstate or local governmental agency having jurisdiction to abate or prevent pollution. The disposal of any toxic or hazardous materials within the premises is specifically prohibited. Such regulations, conditions, or instructions in any Federal, State, interstate or local governmental agency are hereby made a condition of this License. The grantee shall not discharge waste or effluent from the premises in such a manner that the discharge will contaminate streams or other bodies of water or otherwise become a public nuisance. b. The grantee will use all reasonable means available to protect the environmen t and natural resources, and where damage nonetheless occurs from the grantees activities, the grantee shall be liable to restore the damaged resources. c. The grantee must obtain approval in writing from said officer before any pesticides or herbicides are applied to the premises. 16. HISTORIC PRESERVATION The grantee shall not remove or disturb, or cause or permit to be removed or disturbed, any historical, archaeological, architectural or other cultural artifacts, relics, remains or objects of antiqui ty. In the event such items are discovered on the premises, the grantee shall immediately notify said officer and protect the site and the material from further disturbance until said officer gives clearance to proceed. 17. DISCLAIMER This license is effe ctive insofar as the rights of the United States in the premises are concerned; and the grantee shall obtain any permit or license which may be required by Federal, State, or local statute in connection with the use of the premises. It is understood that t he granting of this license does not preclude the necessity of obtaining a Department of the Army permit for activities which involve the discharge of dredge or fill material or the placement of fixed structures in the waters of the United States, pursuant to the provisions of Section 10 of the Rivers and Harbors Act of 3 March 1899 (33 USC 403), and Section 404 of the Clean Waters Act (33 USC 1344). THIS LICENSE is not subject to Title 10, United States Code, Section 2662, as amended. IN WITNESS WHEREOF, I have hereunto set my hand by authority of the Secretary of the Army, this ___________ day of ____________ M. KATHRYN HUTCHINSON Real Property Officer Fort Hamilton Garri son THIS LICENSE is also executed by the Licensee this ___________ day of __________________________________________NAME ____________________________________ ______TITLE The solicitation incorporates the following FAR and DFARS clauses which may be located by visiting the World-Wide Web at http://www.arnet.gov/: 52.202-1, 52.203-3, 52.203-7, 52.212-1, 52.212-3, 52.212-4, 52.212-5, 52.217-8, 52.217-9, 52.224-1, 52.232-18, 52.233-3, 52.252-2, 252.212-7001. The provision 52.212-1 Instructions to Offerors, Commercial Items applies to this acquisition. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifica tions-Commercial with its offer. The additional FAR clauses cited in FAR 52.212-5  Contract Terms and Conditions Required To Implement Statutes Or Executive Orders  Commercial Items that apply are as follows: 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52. 222-26, 52.232-33, and 52.222-41. An on-site visit will be held on Thursday, June 8, 2006 at 10:00 A.M. The on-site visit will begin at the front of the Ainsworth Clinic, Building 114, Fort Hamilton. You may reach Ms. Marsha Garwin of DOC at 718-630-4750 or garwinm@hamilton.army.mil,or Mr. Carroll B. Correll, Sr. of ISO at 718-630-4020 or carroll.b.correll@hamilton.army.mil . As stated abo ve, this announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. However, prospective offerors may request a copy of the solicitation. OFFERS ARE DUE BY JUNE 20, 2006 @ 5:00 P.M. Please direct request and completed quotes to garwinm@hamilton.army.mil or fax number 781-630-4700 or physical address: Army Contracting Agency, Capital District Contracting Center, Directorate of Contracting, Attn: Contract Specialist: Marsha Garwin, 114 White Avenue, Fort Hamilton, Brooklyn, New York 11252-5320.
 
Place of Performance
Address: ACA, Fort Hamilton Directorate of Contracting, 114 White Avenue Brooklyn NY
Zip Code: 11252-5000
Country: US
 
Record
SN01058238-W 20060528/060526220823 (fbodaily.com)
 
Source
FedBizOpps 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.