SOLICITATION NOTICE
V -- Provide Air Medical Evacuation (MEDEVAC) Services, Fort Campbell, KY
- Notice Date
- 4/1/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621910
— Ambulance Services
- Contracting Office
- Fort Campbell DOC, Directorate of Contracting, Building 2174, 13 Indiana Street, Fort Campbell, KY 42223-1100
- ZIP Code
- 42223-1100
- Solicitation Number
- W9124810R0004
- Response Due
- 4/13/2010
- Archive Date
- 6/12/2010
- Point of Contact
- SaLonda M. Ozier, 270-798-7810
- E-Mail Address
-
Fort Campbell DOC
(salonda.m.ozier@us.army.mil)
- Small Business Set-Aside
- N/A
- 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. Solicitation Number W91248-10-R-00** is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39, effective 19 March 2010. This acquisition is unrestricted. NAICS code is 621910 and the small business size standard is $7 Million. Description of Items Requested: Base Year, Line Item 0001, Provide Air Medical Evacuation (MEDEVAC) Services from Training Areas, Fort Campbell, KY. See attached Performance Work Statement (PWS). First Option Period, Line Item 1001, Provide MEDEVAC Services from Training Areas, Fort Campbell, KY. See attached PWS. Second Option Period, Line Item 2001; Provide MEDEVAC Services from Training Areas, Fort Campbell, KY. See attached PWS. Third Option Period, Line Item 3001, Provide MEDEVAC Services from Training Areas, Fort Campbell, KY. See attached PWS. Fourth Option Period, Line Item 4001, Provide MEDEVAC Services from Training Areas, Fort Campbell, KY. See attached PWS. Offers consisting of Bid Schedule and Representations/Certifications are due not later than 13 April 2010, 2:00 pm CDT. All responsible concerns may submit an offer that will be considered by this agency. It is contemplated that Period of Performance will be on 12-Month Base Period and Four (4) 12-Month Option Periods. The complete Bid Schedule, PWS, Technical Exhibits, Wage Determinations and associated documents can be downloaded at https://doc.campbell.army,mil under subject solicitation number or at the end of this FedBizOpps announcement under Additional documentation. The following provisions and clauses are applicable to this acquisition: The provision at 52.212-1 Instructions to Offerors Commercial Items is applicable and is tailored as follows: Paragraphs (b)(5), (d), (e), (h), and (i) are deleted. This provision is also addended to incorporate 52.252-1 Solicitation Provisions Incorporated by Reference (Fill-in information - www.gsa.gov); 52.204-6 Data Universal Numbering System (DUNS) Number; 52.204-7 Central Contractor Registration; 52.216-1 Type of Contract (Fill-in information, Pre-priced Blanket Purchase Agreement); 52.217-4 Evaluation of Options; and 252.204-7001 Commercial and Government Entity (CAGE) Code Reporting; 52.209-5 Certification Regarding Responsibility Matters, 52.217-4 Evaluation of Options; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country and 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. The successful offeror must be registered in CCR (Central Contractor Registration). CCR website is https://www.bpn.gov/ccr/default.aspx. The clause at 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acquisition, and is addended to incorporate the following clauses: 52.217-8 Option to Extend Services (Fill-in information: 60 calendar days); 52.217-9 Option to Extend the Term of the Contract (Fill-in information: Paragraph (a) 60 calendar days in both places, Paragraph (c) 60 calendar months; 52.228-5 Insurance--Work on a Government Installation; 52.252-2 Clauses Incorporated by Reference (Fill-in information www.gsa.gov); 252.201-7000 Contracting Officers Representative; 52.232-19 Availability of Funds for the Next Fiscal Year, fill-ins are 30 September 2010; 252.204-7003 Control of Government Personnel Work Product; 252.204-7004 Alternate A, Central Contractor Registration; 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country and 252.243-7001 Pricing of Contract Modifications. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition and the following additional FAR clauses cited within the clause also apply: 52.222-50 Combating Trafficking in Persons; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.203-6, Restrictions on Subcontractor Sales to the Government; 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 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds TransferCentral Contractor Registration; 52.222-41 Service Contract Act of 1965, As Amended; 52.222-42 Statement of Equivalent Rates for Federal Hires (Fill-in information: Employee Class, Monetary Wages-Fringe Benefits: (Airplane Pilot #31010, $27.51/$3.71; Emergency Medical Technician #12040, $15.00/$2.02; and Registered Nurse II, Specialist #12313, $22.74/$3.07); 52.222-43 Fair Labor Standards Act and Service Contract ActPrice Adjustment (Multiple Year and Option Contracts). DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items is applicable and the following additional DFARS clauses cited within the clause are also applicable: 52.203-3 Gratuities; 252.203-7000 Requirements Relating to Compensation of Former DoD Officials; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.243-7002 Requests for Equitable Adjustment 252.247-7023 Transportation of Supplies by Sea and 252.247-7024 Notification of Transportation of Supplies by Sea. The Government intends to award multiple pre-priced Blanket Purchase Agreements. Mailing address is: Directorate of Contracting, Building 2172, 13 Street, Fort Campbell, Kentucky, 42223-5334. All contractors must be registered in the Department of Defense Central Contractor Registration (CCR) database prior to any contract award. Any questions concerning this acquisition can be directed to Kevin Day, (270) 798-7854, email: kevin.day1@us.army.mil or Gertrude A. Colbert (270) 798-7566; trudy.colbert@us.army.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ad55daca17a2f39c7787beb1528115b3)
- Place of Performance
- Address: Fort Campbell DOC Directorate of Contracting, Building 2174, 13 1/2 & Indiana Street Fort Campbell KY
- Zip Code: 42223-5355
- Zip Code: 42223-5355
- Record
- SN02109929-W 20100403/100401235253-ad55daca17a2f39c7787beb1528115b3 (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 |