Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

Q -- Patient Transport Services NHP

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
621910 — Ambulance Services
 
Contracting Office
Department of the Navy, Bureau of Medicine and Surgery, NMLC, 1681 Nelson St, FT Detrick, MD, 21702-9203, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N62645-07-R-0025
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. A written solicitation will be issued to interested offerors who request it NLT 14 Sept 2007, 4:00 PM EDT. The Request for Proposal number is N62645-07-R-0025. Proposals are due not later than 4:00 PM EST Monday, 17 September 2007. Provisions and clauses in effect through Federal Acquisition Circular 2005-16 are incorporated. NAICS 621910, with a Size Standard of $6.5M, is provided for reporting purposes. This is a Full and Open Competition requirement; all qualified vendors that can provide the services described below are encouraged to submit a proposal. The Naval Medical Logistics Command, 1681 Nelson Street, Frederick, MD 21702-9203, seeks interested vendors for a commercial service contract for non-emergent patient transport, i.e., ambulance service, at Naval Hospital, Pensacola, Florida. The Contractor(s) shall provide Basic Life Support (BLS) and/or Advanced Life Support (ALS) Ambulance Transport service in support of the Naval Hospital Pensacola, Florida (hereafter referred to as the MTF). The Contractor shall receive and respond to requests for ambulance transports from a credentialed provider assigned to the Naval Hospital Pensacola in accordance with MTF policies and procedures. Services shall include provision of all necessary supervisory, professional, technical and administrative personnel and provision of all facilities, ambulances, equipment and supplies. This procurement action is contemplated to be a SMALL BUSINESS SET-ASIDE. The resultant award(s) shall be a Blanket Purchase Agreement(s) contract for a total of 5 Years. In the event that multiple contractors express an interest in this requirement, more than one BPA may be issued and the resultant calls against the BPAs would be rotated among the various BPA awardees. In the event that the next vendor was unavailable to respond, the activity would have the option of making award to the next vendor in the rotation. Interested vendors may contact Chuck Tama at 301-619-8277 or by e-mail at charles.tama@med.navy.mil with questions no later than 4:00 PM, Friday, 14 September 2007. This is a request for proposals. Only responses received from qualified offerors will be evaluated. Offerors responding to this notice must provide proof that they can provide the requested services. If you believe you can provide these services, please contact the Contract Specialist at 301-619-8277 or e-mail, charles.tama@med.navy.mil on or before 4:00 PM EDT, Friday, 14 September 2007 for a copy of the solicitation. Requests submitted after that date will not be honored. Please email charles.tama@med.navy.mil with questions. QUOTE CONTENT/FORMAT: Proposals shall be submitted either via email, fax or U.S. Mail. If using e-mail, you must ensure files are in MS WORD .doc or Adobe .pdf format. Vendors shall submit complete proposals for all Contract Line Item Numbers (CLINS), partial proposals will not be considered. EVALUATION FACTORS FOR AWARD: . The following factors, listed in ascending order of importance, shall be used to evaluate offers: (i) price (comprised of Price Proposal evaluation factors: Completeness, Reasonableness, and Realism); (ii) past performance (see FAR 15.304). The Past Performance evaluation factor is significantly more important than the Price Proposal evaluation factors (Completeness, Reasonableness, and Realism). The offeror shall provide information about not more than 3 of their previous/current contracts that are relevant to the requirements of the solicitation. In order to be considered relevant, the services must have been provided within the last 5 years. The offeror may include contracts that demonstrate the prior experience of key personnel or subcontractors/teaming partners who will be performing in support of the contract resulting from this solicitation; such contracts shall be clearly notated to show the relationship of the past performance entry to the offeror. If a subcontracting relationship is proposed, the offeror shall submit the consent of its proposed principle subcontractor(s) to disclose their past performance information to the prime contractor (offeror) along with the offeror?s proposal submission. If the proposed principle subcontractor(s) consent is not provided at the time of the offeror?s proposal submission, the past performance information for the principle subcontractor(s) may not be considered by the government in assessing the offeror?s past performance. IF THE OFFEROR HAS NO RELEVANT PAST PERFORMANCE, they shall affirmatively state that they possess no relevant past performance. The offeror's past performance information must include the following information on each contract: (1) The contract number and task order number, if applicable. (2) A brief description of services provided under the contract. IF RELEVANCE IS NOT APPARENT, provide supplemental information to clearly demonstrate the relevance. (3) The number and type of health care workers provided, e.g., 2.5 Registered Nurse Case Managers. List all categories provided under the contract. (4) Location(s) of services provided. (5) Dates of services provided. (6) Name, organization, and telephone number of a VERIFIED point of contact at the entity where services WERE PROVIDED. (The Government will be contacting the points of contact to obtain verification and rating of past performance information.) THE VERIFIED POC SHOULD GENERALLY BE THE CONTRACTING OFFICER?S REPRESENTATIVE WHO HAS BEEN MONITORING THE PERFORMANCE. (7) The number, type and severity of any quality, delivery or price problems in performing the contract, the corrective action taken, and the effectiveness of the corrective action. (8) Additional information. A discussion of noteworthy successes, accomplishments, awards, or commendations achieved during the referenced experience and any other information the offeror considers relevant to its corporate experience. and (9) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. It should be noted that award may be made to other than the lowest priced offer(s). Offerors are cautioned that their offer should contain the offeror's best terms. The Government may set a competitive range following evaluation of past performance, and business proposals and conduct discussions with remaining offerors. Discussions may be in person, by telephone, or in writing at the discretion of the contracting officer. The government intends to award without discussions, but reserves the right to conduct discussions. Any proposal which does not provide, at a minimum, quotes on all CLINs and Past Performance information as detailed in the solicitation may be determined to be substantially incomplete and not warrant any further consideration. 2.) Price: BUSINESS QUOTE INSTRUCTIONS: Business quote shall specify: Line Items 0001-0004AB: Cost per Unit of Issue. A clearly indicated aggregate total for the required quantities shall be included. Business quotes will be evaluated for Completeness (all Line Items are priced) and Reasonableness (the degree to which the offered prices compare to the prices a reasonable, prudent person would expect to incur for the same or similar supplies and commensurate with the Governments need). The government anticipates award of Firm Fixed Price Blanket Purchase Agreement(s). Companies shall submit firm-fixed pricing for all Line Items. Include commercial price lists and any applicable discounts to the Government, and if applicable, any FSS schedule numbers and pricing. OTHER ADMINISTRATIVE INSTRUCTIONS: In order to be determined responsible and considered for award, companies shall be registered in CCR, and provide DUNS number, Cage Code, and TIN with quote. INFORMATION TO BE INCLUDED IN BUSINESS QUOTE; Companies shall also comply with DFARS 252.232-7003, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (JAN 2004). PROVISIONS at FAR 52.212-1, Instructions to Offerors--Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED. Offeror shall include a completed copy of provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; AND a completed copy of provision at DFARS 252.212-7000, Offeror Representations and Certification-Commercial Items, with their quote or certify that they have registered and complied with this requirement through the Online Representations and Certifications Application (ORCA). Addenda to this provision includes DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate; 252.225-7006, Buy American Act-Trade Agreements-Balance of Payments Program Certificate; and 252.225-7035, Buy American Act--North American Free Trade Agreement Implementation Act--Balance of Payments Program Certificate. FAR 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items, applies to this acquisition. Additionally, DFARS clauses apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders; 252.225-7001, Buy American Act and Balance of Payment Program; 252.225-7036, North American Free Trade Agreement Implementation Act; 252.247-7024, Notification of Transportation of Supplies by Sea. Submit email quotes (using PDF, MS Word, Excel attachments) to Chuck Tama at charles.tama@med.navy.mil. Faxed quotes may be sent 301-619-7490, Attn: Chuck Tama. Email is preferred. Quotes are due not later than 4:00 P.M. EDT on 17 September 2007. Address questions to Chuck Tama by email only NLT 4:00 PM EDT, Friday, 14 September 2007.
 
Place of Performance
Address: NAVAL HOSPITAL PENSACOLA, NAVAL HOSPITAL CODE 41B, 6000 HWY 98 WEST, PENSACOLA FL
Zip Code: 32512-0003
Country: UNITED STATES
 
Record
SN01406153-W 20070915/070913222811 (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.