Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 24, 2010 FBO #3014
SOLICITATION NOTICE

R -- Medical Transcription, Medical Records/Coding, Correspondence and File Clerk services for Bayne Jones Army Hospital, Ft Polk, LA. Performance period: 1 Apr 10 through 31 Mar 2011.

Notice Date
2/22/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
Great Plains Regional Contracting Ofc, ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive, Fort Sam Houston, TX 78234-6200
 
ZIP Code
78234-6200
 
Solicitation Number
W81K00-10-T-0056
 
Response Due
3/3/2010
 
Archive Date
5/2/2010
 
Point of Contact
Therese Newbauer, 210-221-4820
 
E-Mail Address
Great Plains Regional Contracting Ofc
(therese.newbauer@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. 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. This is a solicitation W81K00-10-T-0053 of purchase request W42CXW12447001 issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. The associated North American Industrial Classification System (NAICS) code for this procurement is 561410. Size standard is $7,000,000.00. The basis of award will be a best value determination. This RFQ is issued as Firm Fixed Price. FAR 52.219-6; NOTICE OF TOTAL SMALL BUSINESS SET ASIDE is applicable to this acquisition. This is a 100% small business set aside. Small business sources may submit a quotation which shall be considered by the agency. The Great Plains Regional Contracting Office intends to award a Firm Fixed Price contract utilizing Simplified Acquisition Procedures for Medical Transcription, Medical Records/Coding, Correspondence and File Clerk services for Bayne Jones Army Hospital, Ft Polk, LA. Performance period: 1 Apr 10 through 31 Mar 2011. NOTE: PLEASE REVIEW THE FOLLOWING ATTACHMENTS: SEE ATTACHMENT 1 FOR PERFORMANCE BASED WORK STATEMENT AND ATTACHMENT 2 FOR THE QUALITY ASSURANCE SURVEILLANCE PLAN AND ATTACHMENT 3 FOR THE PAST PERFORMANCE QUESTIONAIRE. Payment will be made through Defense Finance and Accounting Office Wide Area Work Flow. You may access their website at https://wawf.eb.mil/. To be eligible for award, you must be properly registered in the Central Contractor Registration (CCR). Offerors may obtain information on CCR and annual confirmation requirements by calling 1-888-227-2423 or via the internet at www.ccr.gov. If a change occurs in this requirement, only those offerors that respond to this announcement within the required time frame will be provided with any changes/amendments and considered for future discussions and /or award. This requirement is subject to the Service Contract Act of 1965, you may access the Wage Determination (WD) via the Department of Labor website: http://www.wdol.gov/sca.aspx. The Contracting Officer has determined the WD for this acquisition is: Wage Determination No.: 2005-2229 Revision No.: 8 Date of Revision: 07/29/2009 The following FAR and DFARS provisions and clauses apply to this solicitation: Services shall be performed in Bayne Jones Army Community Hospital, Ft Polk, LA. Pricing quote shall include all applicable fees. The following provisions apply to this acquisition: 52.212-1 -- INSTRUCTIONS TO OFFERORS -- COMMERCIAL ITEMS (JUN 2008) Addendum to 52.212-1: (m) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation which deviate from the basic provision paragraph (a) through (l). 52.212-3 -- OFFEROR REPRESENTATIONS AND CERTIFICATIONS -- COMMERCIAL ITEMS (AUG 2009); Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision is applicable, a written submission is required. 52.212-4 -- CONTRACT TERMS AND CONDITIONS -- COMMERCIAL ITEMS (MAR 2009) Addendum to 52.212-4: (u) The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and LOCAL clauses included herein are incorporated into this contract either by reference or in full text. If incorporated by reference, see clause 52.252-2 for locations where full text can be found. The following clauses apply to this acquisition: FAR 52.203-3 -- GRATUITIES (APR 1984); 52.212-4 CONTRACT TREMS AND CONDITIONS COMMERCIAL ITEMS. 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (DEC 2009) (DEVIATION) Items including subparagraphs: 52.203-6 -- RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) ALTERNATE I (OCT 1995); 52.203-12 -- LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS (SEP 2007); 52.204-4 -- PRINTED OR COPIED DOUBLE-SIDED ON RECYCLED PAPER (AUG 2000); 52.204-9 -- PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (SEP 2007); 52.209-6 -- PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (SEP 2006); 52.219-6 -- NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (JUN 2003); 52.219-8 -- UTILIZATION OF SMALL BUSINESS CONCERNS (MAY 2004); 52.219-9 -- SMALL BUSINESS SUBCONTRACTING PLAN (FEB 2009) (DEVIATION); 52.219-14 -- LIMITATIONS ON SUBCONTRACTING (DEC 1996); 52.219-16 -- LIQUIDATED DAMAGES -- SUBCONTRACTING PLAN (JAN 1999); 52.219-28 -- POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (APR 2009); 52.222-3 -- CONVICT LABOR (JUN 2003); 52.222-26 -- EQUAL OPPORTUNITY (MAR 2007) (EEO); 52.222-35 -- EQUAL OPPORTUNITY FOR SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEP 2006); 52.222-36 -- AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUN 1998); 52.222-37 -- EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (SEP 2006) (Use with 52.222-35); 52.222-41 -- SERVICE CONTRACT ACT OF 1965 (NOV 2007); 52.222-50 -- COMBATING TRAFFICKING IN PERSONS (FEB 2009); 52.222-54 -- EMPLOYMENT ELIGIBILITY VERIFICATION (JAN 2009); 52.223-5 -- POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (AUG 2003); 52.223-6 -- DRUG-FREE WORKPLACE (MAY 2001); 52.224-1 -- PRIVACY ACT NOTIFICATION (APR 1984); 52.224-2 -- PRIVACY ACT (APR 1984); 52.225-13 -- RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008); 52.228-5 -- INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997); 52.232-18 -- AVAILABILITY OF FUNDS (APR 1984); 52.232-33 -- PAYMENT BY ELECTRONIC FUNDS TRANSFERCENTRAL CONTRACTOR REGISTRATION (OCT 2003); 52.233-3 -- PROTEST AFTER AWARD (AUG 1996); 52.233-4 -- APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004); 52.237-2 -- PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT, AND VEGETATION (APR 1984); 52.242-13 -- BANKRUPTCY (JUL 1995); 52.242-15 -- STOP-WORK ORDER (AUG 1989); 52.242-17 -- GOVERNMENT DELAY OF WORK (APR 1984); 52.245-1 -- GOVERNMENT PROPERTY (JUN 2007); 52.245-9 -- USE AND CHARGES (JUN 2007); 252.201-7000 -- CONTRACTING OFFICER'S REPRESENTATIVE (DEC 1991); 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (NOV 2009). Items including subparagraphs: 252.203-7000 -- REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (JAN 2009); 252.203-7002 -- REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JAN 2009); 252.204-7000 -- DISCLOSURE OF INFORMATION (DEC 1991); 252.204-7003 -- CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992); 252.209-7004 -- SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE GOVERNMENT OF A TERRORIST COUNTRY (DEC 2006); 252.219-7003 -- SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) (APR 2007); 252.223-7006 -- PROHIBITION ON STORAGE AND DISPOSAL OF TOXIC AND HAZARDOUS MATERIALS (APR 1993); 252.232-7003 -- ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (MAR 2008); 252.232-7010 -- LEVIES ON CONTRACT PAYMENTS (DEC 2006); 252.243-7001 -- PRICING OF CONTRACT MODIFICATIONS (DEC 1991); 252.243-7002 -- REQUESTS FOR EQUITABLE ADJUSTMENT (MAR 1998); 252.247-7023 -- TRANSPORTATION OF SUPPLIES BY SEA (MAY 2002). The following stand alone discretionary FAR, DFARS, and Local Clauses are Incorporated in Full Text: 52.217-8 -- Option to Extend Services. Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) 52.222-42 -- Statement of Equivalent Rates for Federal Hires. Statement of Equivalent Rates for Federal Hires (May 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee ClassMonetary Wage -- Fringe Benefits Medical Transcription Clerk GS-5, Step 1, $15.00 Medical Coder GS-6, Step 1, $16.73 Correspondence Clerk GS-4, Step 1, $13.41 File Clerk GS-4, Step 1, $13.41 (End of Clause) 52.252-2 -- Clauses Incorporated by Reference. Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): www.farsite.hill.af.mil (End of Clause) 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 be used to evaluate offers: Technical, Past Performance and Price. Technical and Past Performance, when combined, are substantially more important than Price. Provide the following information with your offer: 1. Technical Written Proposal: 1.1. Reference Attachment 1, Performance Based Work Statement, Specific Tasks, paragraph 9 that include subparagraphs 9.1 through 9.3.13. Address Medical Transcription, Inpatient Medical Records/Coding, and Correspondence and File Clerk services. a. In accordance with PWS paragraphs 9.1 through 9.3.13 offerors proposal shall explain the management techniques and processes deemed necessary you will use to ensure satisfactory performance and, and timeliness if services. b. Additionally, offerors proposal shall include a Quality Control Plan (based on Attachment 2) that will ensure satisfactory performance. c. The offerors proposal shall include appropriate staffing levels and labor categories based upon workload history provided in the Performance Based Work Statement and offerors proposal. 1.2. Reference Performance Based Work Statement, paragraphs 2.9, 2.9.1, 2.9.1.1 and 2.9.1.2. The Project Supervisor will play an important role in ensuring successful performance. a. Offerors shall provide the resume of the actual proposed supervisor to demonstrate required qualifications which include AHIMA membership card and RHIA or RHIT certificate with ID number from AHIMA. NOTE: Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications of parts thereof, or phrases such as standard procedures will be used or well-known techniques will be used will be considered insufficient. Insufficient explanations of how your company will comply with the above of this solicitation may cause your offer to receive a MARGINAL or an UNSATISFACTORY RATING. The following adjectival terms were utilized to represent the rating of technical proposals: EXCELLENT - The proposal demonstrates a superior understanding of the requirements and the approach significantly exceeds performance or capability standards. The proposal has several exceptional strengths that will significantly benefit the government. The proposal has no weaknesses. The proposal is extensive, detailed, and exceeds all requirements and objectives; therefore, has a high probability of meeting the requirements with little or no risk to the government. GOOD - The proposal demonstrates a considerable understanding of the requirements and the approach exceeds performance or capability standards. The proposal has one or more strengths that will benefit the government. The proposal generally exceeds requirements in minor areas; therefore, has a good probability of meeting the requirements with little risk to the government. SATISFACTORY - The proposal demonstrates an acceptable understanding of the requirements and the approach meets performance or capability standards. The proposal has no strengths that exceed the requirement. The proposal has no material weaknesses. Any proposal weakness has little potential to cause disruption of schedule, increase in cost, or degradation of performance. Normal contractor effort and normal government monitoring will probably be able to overcome difficulties. The proposal generally meets requirements, with only a moderate risk to the Government. MARGINAL - The proposal fails to meet performance requirements and capability standards in one or more areas. The proposal has minor omissions and demonstrates a misunderstanding of the requirement that may be corrected or resolved through discussions without a complete revision of the proposal. The approach has weaknesses that can potentially cause some disruption of schedule, increase in cost, or degradation of performance even with special contractor emphasis and close government monitoring. UNSATISFACTORY - The proposal fails to demonstrate a basic understanding of the requirements and the approach fails to meet performance or capability standards. The proposal has major omissions and inadequate detail to assure the evaluators that the offeror has an understanding of the requirements. The proposal poses an unacceptable risk and cannot meet the requirements without major revisions. 2. Past Performance: 2.1. Provide the attached questionnaire (see Attachment 3) to two (2) firms where you are currently providing the same or similar Turn-Key operation that indicates your ability to satisfactorily perform the magnitude of this requirement. Have the completed questionnaire sent directly to our office. Also, provide the company name, telephone number, and Point of Contact that will provide your questionnaire with your offer. If an offeror submits more than two Past Performance references, the Contracting Officer will consider only the first two listed references in the award decision. It is the offerors responsibility to ensure the reference submits the completed Past Performance Questionnaire directly to the GPRCO by the closing date of this RFP. 2.2. The government may also consider any additional past performance information that is available to the government. Offerors are reminded that while the government may elect to consider data obtained from other sources, the burden of providing thorough and complete performance information rests with the offeror. In reaching a risk assessment for past performance, the following categories will be used: a. High Risk Significant doubt exists, based on the offerors performance record, that the offeror can perform the proposed effort. b. Moderate Risk Some doubt exists, based on the offerors performance record, that the offeror can perform the proposed effort. c. Low Risk Little doubt exists, based on the offerors performance record, that the offeror can perform the proposed effort. d. Neutral No performance record identifiable. This is neither a negative or positive assessment. 3. Price. a. Proposals are limited to 25 pages or less. Offerors must submit their proposals via electronic mail to: Therese.newbauer@amedd.army.mil or Kenneth.tyson@amedd.army.mil b. Offerors MUST submit proposals on time. Proposals received after the closing date of the RFP will NOT be considered for award. 4. Evaluation Process. All quotations will be evaluated in accordance with the following criteria. a. Each offeror will be evaluated on its overall Past and Present Performance under prior and existing contracts for the same or similar service as well as on its Technical Written Proposal. Pricing will be evaluated to determine value offered for the price, and the extent to which it is fair and reasonable in terms of the governments requirement. The Government reserves the right to evaluate offerors prices on the basis of price realism and will consider the offerors price as an indication that they understand the scope and complexity of the Governments requirement. b. The award decision will be based on the best value offered to the government and not solely on price and price related factors. In making the award decision, the Contracting Officer will consider the evaluated rating of all factors. c. Technical Capability and Past Performance are equal in importance. Technical Capability and Past Performance, when combined, are substantially more important than price. However, Price could become the determinative selection factor if the quality of the proposal is determined to be essentially equal, or if a proposal deemed superior in technical quality is determined not to be worth the high price premium. The trade-off between technical merit and price could result in awarding to other than low offeror. d. 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 offer's 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. (End of clause) Place of performance: Bayne Jones Army Hospital Direct Delivery US Army MEDDAC PBO 7606 Virginia Ave Bldg 4372 Ft Polk LA 71469-6000 UNITED STATES Point of Contact: Therese Newbauer, Contract Specialist, Phone 210-221-4820, Email therese.newbauer@amedd.army.mil Contracting Office Address: Great Plains Regional Contracting Office MCAA GP BAMC Bldg 2539 Garden Ave and McIdoe Fort Sam Houston, TX 78234-6200 Point of Contact: Kenneth Tyson, Contracting Officer, (210) 221-4723 Email kenneth.tyson@amedd.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA09/W81K00-10-T-0056/listing.html)
 
Place of Performance
Address: Great Plains Regional Contracting Ofc ATTN: MCAA GP L31 9V, 3851 Roger Brooke Drive Fort Sam Houston TX
Zip Code: 78234-6200
 
Record
SN02070903-W 20100224/100222235549-0b9dfbde54cf80e96d960933f889d96d (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.