SOLICITATION NOTICE
Q -- MOBILE DENTAL SERVICES BPA
- Notice Date
- 5/27/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621210
— Offices of Dentists
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for California, USPFO for California, P.O. Box 8104, San Luis Obispo, CA 93403-8104
- ZIP Code
- 93403-8104
- Solicitation Number
- W912LA-09-T-6015
- Response Due
- 6/26/2009
- Archive Date
- 8/25/2009
- Point of Contact
- Stella Davis, 805-594-6287<br />
- E-Mail Address
-
USPFO for California
(stella.davis2@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared IAW the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation WILL NOT be issued. The solicitation W912LA-09-T-6015 is issued as a Request for Quotations. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30, effective 15 January 2009. This solicitation is set aside for Small Business concerns. However, in the event there is not enough competition from small businesses, quotes from large businesses will be accepted. In accordance with [Federal Acquisition Regulation (FAR)] Subpart 19.5, any award for dental services resulting from this solicitation, will be made on a competitive basis to eligible small business concerns, provided that a minimum of four (4) competitive (technical and cost) offers are received from eligible small business concerns. If a minimum of four (4) offers from qualified small business concerns are not received, the award for dental services will be made on the basis of full and open competition from among all responsible business concerns submitting offers. The objective is to award multiple (no less than two and no more than four) Blanket Purchase Agreements (BPAs) to Contractors who can provide dental services in accordance with the Statement of Work. The NAICS code for this acquisition is 621210. The small business size standard for this NAICS code is $7M. The California National Guard has a requirement for Mobile Dental Treatment and Exam Services in support of Individual Medical Readiness (IMR) and Fully Medically Ready (FMR) Soldier Readiness Processing (SRP). Period of Performance will be five (5) years from date of award. REQUIREMENT: Provide on location, all management, labor, examination materials, equipment, certifications, and supplies required to provide dental exams and treatments per identified treatment plan and Case Management Care for approximately 17,329 soldiers over the course of a year, in order to meet soldier readiness standards as set forth in the Statement of Work (SOW). Services will take place at different locations throughout the State. ASSUMPTIONS: 1. National Guard Bureau historical data indicates that 30% of all soldiers examined will require further treatment. SUBMITTALS: All offers are to include: 1. Completed Team Package Bid Sheet; 2. Three Past Performance References, to include contact information and project magnitude; 3. FAR 52.212-1, Instructions to Offeror-Commercial Items; 52.212-2, Evaluation-Commercial Items; 4. FAR 52.212-3 ALT 1, Offeror Representations and Certifications. Simplified Acquisition Procedures will be utilized. Offers will be evaluated as to the best value to the Government. The following evaluation factors will be considered (listed in order of importance): Contractors ability to meet the Governments requirements, Past Performance and Price. All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The Govt intends to evaluate offers and award a contract without discussions with offerors (except clarifications as described in FAR 15.306(a)). The Govt reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. FAR clause 52.237-7, Indemnification and Medical Liability Insurance apply to this contract. Note: Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required $300,000.00 Medical Liability Insurance has been obtained. FAR 52.212-1, Instructions to Offeror-Commercial Items; 52.212-2, Evaluation-Commercial Items and 52.212-3 ALT 1, Offeror Representations and Certifications apply to this acquisition and must be fully completed and submitted with offer. The following provisions/clauses are incorporated: 52.252-2; Clauses incorporated by Reference; 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation Commercial Items; 52.212-4, Contract Terms and Conditions; 52.219-6, Notice of Small business Set-Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans; 52.222-41, Service Contract Act of 1965; 52.222-42, Statement of Equivalent Rates for Federal Hires; 52.222-49, Service Contract Act Place of Performance Unknown; 52.223-5, Pollution Prevention and Right to Know Information; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.237-1, Site Visit; 52.222-50, Combating Trafficking in Persons; 52.233-3, Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; and 52.237-2, Protection of Government Buildings, Equipment and Vegetation. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications Commercial Items apply to this acquisition and must be fully completed and submitted with offer; 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition. The following clauses are incorporated: 52.203-3, Gratuities; 52.203-6 Alt. I, Restrictions on Subcontractor Sales to the Government; 52.204-4, Printed or Copied-Double sided on Recycled Paper; 52.219-14, Limitations on Subcontracting; 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment; 52.228-5, Insurance Work on a Government Installation; 52.217-8, Option to Extend Services; 252.201-7000, Contracting Officers Representative; 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023 ALT III, Transportation of Supplies by Sea; 52.247-7024, Notification of Transportation of Supplies by Sea and 252.232-7010, Levies on Contract Payments are also applicable to this acquisition. All vendors must be registered in the Central Contractor Registration (CCR). Statement of Work, Bid Packet, sample Event Calendar and Wage Determinations are available for download with this solicitation or via email at stella.davis2@us.army.mil. Quotes are due NLT 26 June 09 by 12:00 P.M. at USPFO for California, Contracting Office, 2303 Napa Ave, San Luis Obispo, CA 93405-7609. Requests shall be in writing to the above address, email or fax requests to (805) 594-6348, ATTN: Stella Davis.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-09-T-6015/listing.html)
- Place of Performance
- Address: USPFO for California 2303 NAPA AVE San Luis Obispo CA<br />
- Zip Code: 93405-7609<br />
- Record
- SN01828129-W 20090529/090527235301-7e7e94d46af00ec206cf68033b8fa2d9 (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 |