Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 01, 2011 FBO #3506
SOLICITATION NOTICE

Q -- Medical Assistant

Notice Date
6/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ11R0087
 
Response Due
7/14/2011
 
Archive Date
9/12/2011
 
Point of Contact
Keith Andrews, (757) 314-7500
 
E-Mail Address
Medcom Contracting Center North Atlantic
(keith.andrews@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. The solicitation number is W91YTZ-11-R-0087. The solicitation is being issued as a request for proposal (RFP). This requirement will be a 100% Small Disadvantage Business Set-Aside. This will be a Firm-Fixed Price type contract. The applicable North American Standard Industry Classification System (NAICS) Code 621399. The North Atlantic Regional Contracting Office (NARCO), McDonald Army Health Center, Fort Eustis, VA has a requirement for the following: CLIN 0001 (320 Hours) Base Year-Period - Period of Performance: 1 August 2011 through 30 September 2011. This is a personal service CLIN for one Full-time Medical Assistant (OCO) at McDonald Army Health Center, Fort Eustis, Virginia. Contractors are to perform in accordance with the terms and condition of this contract and the included Performance Work Statement (PWS). Compensation for Health Care Provider (Employees) shall not exceed $200, 000.00 per year. REF IAW Title 10 USC section 1092, DOD Instructions 6025.5 Overtime is not authorized. CLIN 0002 ( 1 Hours ) Annual reporting IAW paragraph 1.6.2 reporting shall be for 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. CLIN 1001 ( 1920 Hours) Option One-Period of Performance: 01 October 2011 through 30 September 2012. This is a personal service CLIN for one Full-time Medical Assistant (OCO) at McDonald Army Health Center, Fort Eustis, Virginia. Contractors are to perform in accordance with the terms and condition of this contract and the included Performance Work Statement (PWS). Compensation for Health Care Provider (Employees) shall not exceed $400, 000.00 per year. REF IAW Title 10 USC section 1092, DOD Instructions 6025.5 Overtime is not authorized. CLIN 1002 ( 1 Hours ) Annual reporting IAW paragraph 1.6.2 reporting shall be for 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. CLIN 2001 (1920 Hours)OptionTwo-Period of Performance: 01 October 2012 through 30 September 2013. This is a personal service CLIN for one Full-time Medical Assistant (OCO) at McDonald Army Health Center, Fort Eustis, Virginia. Contractors are to perform in accordance with the terms and condition of this contract and the included Performance Work Statement (PWS). Compensation for Health Care Provider (Employees) shall not exceed $400, 000.00 per year. REF IAW Title 10 USC section 1092, DOD Instructions 6025.5 Overtime is not authorized. CLIN 2002 ( 1 Hours )Annual reporting IAW paragraph 1.6.2 reporting shall be for 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. CLIN 3001 (1920 Hours)Option Three-Period of Performance: 01 October 2013 through 30 September 2014. This is a personal service CLIN for one Full-time Medical Assistant (OCO) at McDonald Army Health Center, Fort Eustis, Virginia. Contractors are to perform in accordance with the terms and condition of this contract and the included Performance Work Statement (PWS). Compensation for Health Care Provider (Employees) shall not exceed $400, 000.00 per year. REF IAW Title 10 USC section 1092, DOD Instructions 6025.5 Overtime is not authorized. CLIN 3002 ( 1 Hours ) Annual reporting IAW paragraph 1.6.2 reporting shall be for 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. CLIN 4001 (1920 Hours)Option Four-Period of Performance: 01 October 2014 through 30 September 2015. This is a personal service CLIN for one Full-time Medical Assistant (OCO) at McDonald Army Health Center, Fort Eustis, Virginia. Contractors are to perform in accordance with the terms and condition of this contract and the included Performance Work Statement (PWS). Compensation for Health Care Provider (Employees) shall not exceed $400, 000.00 per year. REF IAW Title 10 USC section 1092, DOD Instructions 6025.5 Overtime is not authorized. CLIN 4002 ( 1 Hours) Annual reporting IAW paragraph 1.6.2 reporting shall be for 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. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far or www.acquisitions.gov Questions concerning this acquisition may be address to keith.andrews@amedd.army.mil. no later than 7 July 2011, 2:00PM EST. All responsible sources should submit proposals to Keith Andrews at keith.andrews@amedd.army.mil by 14 July 2011, 12:00 AM EST. No Telephone Calls Will Be Accepted or Responded To. 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 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 herein for locations where full text can be found. www.acquisitions.gov CLAUSES INCORPORATED BY REFERENCE 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government(Sep 2006)--Alternate I OCT 1995 52.203-12 Limitation On Payments To Influence Certain Federal Transactions OCT 2010 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2010 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment DEC 2010 52.219-6 Notice Of Total Small Business Set-Aside JUN 2003 52.219-14 Limitations On Subcontracting DEC 1996 52.219-28 Post-Award Small Business Program Rerepresentation APR 2009 52.219-29 Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns APR 2011 52.219-30 Notice of Total Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program APR 2011 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers With Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-41 Service Contract Act Of 1965 NOV 2007 52.222-43 Fair Labor Standards Act And Service Contract Act - Price Adjustment (Multiple Year And Option) SEP 2009 52.222-50 Combating Trafficking in Persons FEB 2009 52.222-54 Employment Eligibility Verification JAN 2009 52.223-18 Contractor Policy to Ban Text Messaging While Driving SEP 2010 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 Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-3 Continuity Of Services JAN 1991 52.242-13 Bankruptcy JUL 1995 52.242-15 Stop-Work Order AUG 1989 52.242-17 Government Delay Of Work APR 1984 252.201-7000 Contracting Officer's Representative DEC 1991 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 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns SEP 2004 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 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 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) 52.222-42 STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 252.204-7008 EXPORT-CONTROLLED ITEMS (APR 2010) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (DEC 2010) (DEVIATION) (a) In addition to the clauses listed in paragraph (b) of the Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items clause of this contract (FAR 52.212-5) (OCT 2010) (DEVIATION), the Contractor shall include the terms of the following clause, if applicable, in subcontracts for commercial items or commercial components, awarded at any tier under this contract: 252.237-7019 Prohibition on Interrogation of Detainees by Contractor Personnel (NOV 2010) (Section 1038 of Pub. L. 111-84). Training for Contractor Personnel Interacting with Detainees (SEP 2006) (Section 1092 of Pub. L. 108-375). 252.247-7003 Pass-Through of Motor Carrier Fuel Surcharge Adjustment to the Cost Bearer (JUL 2009) (Section 884 of Public Law 110-417) 252.247-7023 Transportation of Supplies by Sea (MAY 2002) (10 U.S.C. 2631) 252.247-7024 Notification of Transportation of Supplies by Sea (MAR 2000) (10 U.S.C. 2631) 252.237-7010 PROHIBITION ON INTERROGATION OF DETAINEES BY CONTRACTOR PERSONNEL (NOV 2010) 252.237-7023 CONTINUATION OF ESSENTIAL CONTRACTOR SERVICES (OCT 2010) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (APR 2011)(DEVIATION) 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 LOCAL provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 herein for locations where full text can be found. www.acquisition.gov Para (b) Submission of Offers. The following supplements this paragraph with respect to the information and documents required for submission in response to this solicitation: (1) ELECTRONIC OFFERS. Offerors may submit electronic offers in response to this solicitation. The offer must arrive by the time specified in the solicitation to the following email address: keith.andrews@amedd.army.mil (2) Offerors must request verification by email to Keith Andrews to confirm that their proposal was received by the time specified in the solicitation. The Government will not be responsible for any failure of transmission or receipt of the offer, or any failure of the offeror to verify receipt of the emailed offer. (3) The Government intends to award a firm fixed-price personal services contract under the authority of Section 1091 and 1089 of Title 10, U.S.C. Accordingly, offerors are instructed to insure that their offered rates DO NOT include costs associated with medical malpractice liability insurance. Offerors must quote a firm-fixed price for each Contract Line Item. (4) Any questions with respect to the solicitation shall be submitted by 7 July, 2011. Telephone calls will not be accepted nor responded to. Responses will be emailed to all interested bidders. (5) PROCESS FOR AWARD. Award will be made to the Lowest PriceTechnically Acceptable offeror with an acceptable record of past performance. The Contracting Officer intends to award without discussions, but reserves the right to do so in his or her sole discretion. (6). The Government reserves the right to reject a proposal if the offeror misrepresents or withholds past performance information or information regarding its certifications or business condition, or its capability to perform the requirements of this contract. (7). BASIS FOR AWARD. The Government will make a Lowest PriceTechnically Acceptable award consistent with the evaluation criteria discussed in the FAR 52.212-2 and the Addendum to FAR 52.212-2. (8). SUBMISSION OF OFFERS. The solicitation should be completed, signed and received at this office not later than the date/time specified in Block 8 of the solicitation (Standard Form [SF] 1449). Please note that your offer must include all of the following information. Submit proposal in three separate parts as follows: PART I:TECHNICAL INFORMATION. The contractor shall provide a Compensation and Retention Plan. The Plan will include the offeror's compensation plan for its health care providers; and shall specifically provide, by CLIN, a breakout of the health care provider's base salary, fringe and other benefits, as well as the contractor's indirect costs. Offerors must propose a base salary which is at least commensurate with salaries paid for similar health care providers in the local area in order to be technically acceptable. If the salary is less than the amount paid in the local area, the offeror must demonstrate that its compensation and retention plan is adequate to recruit and retain quality health care providers and ensure uninterrupted performance of services throughout the life of the contract. PART II: PAST PERFORMANCE. Offeror is required to submit information, on a single page, identifying federal, state and local government and private contracts performed within the past three years, which are similar in scope, type of work, and complexity to the effort described in this solicitation. If none, offeror should so state and provide information on references. All offerors must submit a copy of the past performance questionnaire, located in Attachment 8, to each individual listed in the past performance proposal. The questionnaire should be emailed directly to keith.andrews@amedd.army.mil or faxed directly to Keith Andrews, (757) 314-7802. The offeror should instruct POCs not to send a copy back to the offeror, but to the POC listed on the questionnaire. Information provided by the contractor shall state: a) The type of service provided, (should be similar to services being requested) b) Name, telephone and fax numbers of a point of contact in the administering contracting office, -award/contract number, the term of the contract, number, the total amount, and number and types of personnel furnished. The government will contact the offeror's sources as part of its past performance assessment. The government is not responsible for the failure of any source to respond to a request for a past performance assessment on a timely basis. PART III: PRICE. If the prices are the same for each contract period, provide one schedule and state that the schedule applies to all contract periods. The information provided in this schedule will be used to assist in the price analysis described in EVALUATION OF THE PROPOSED PRICES, in ADDENDUM TO FAR 52.212-2, EVALUATION - COMMERCIAL ITEMS. Please submit the following: a)Price Schedule- (Base and option years). DO NOT round figures in the pricing schedule. b)Complete and sign SF 1449, page 1, Blocks 17a & b, 30a, b & c. c)Compensation Plan d) Signed amendments (if any). e)Representations and Certifications found at FAR 52.209-7, 52.212-3 Alt 1, and DFAR 252.212-7000 f)Contingency Plan (DFARS 252.237-7024) MUST be completed. Para (g) Contract award. This is amended to provide that the Government may conduct discussions prior to contract award at its sole discretion. Para (j) Data Universal Numbering System (DUNS) / CAGE Code. The offeror shall obtain these said Codes and submit them to Contracting Center. Registration in the Central Contractor Registration (CCR) and the Online Representations and Certifications, if you are a US firm. Award cannot and shall not be made to an offeror without these codes. Para (m) Proposal Preparation Costs. The Government will not pay any costs incurred in the submission of an offer, in making any necessary studies for the preparation thereof, or for any visit(s) the Contracting Officer may request for the purpose of clarification of the offer. Para (n) The offeror is responsible for ensuring that its proposal is complete. The proposal shall be clear, concise, and shall include sufficient detail for effective evaluation and for substantiating the validity of any stated claims. The proposal shall not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the offeror intends to perform the requirement. Offerors shall assume that the government has no prior knowledge of their experience and will base its evaluation solely on the information presented in the offeror's proposal. 252.237-7024 NOTICE OF CONTINUATION OF ESSENTIAL CONTRACTOR SERVICES (OCT 2010) 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. SEP 2010 52.233-2 SERVICE OF PROTEST (SEP 2006) 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) 252.209-7001 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A TERRORIST COUNTRY (JAN 2009) 252.212-7000 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS. (JUN 2005) 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) ADDENDUM TO 52.212-2 Paragraph (a) is hereby replaced with the following: Impartial consideration will be given to all offers received in response to this solicitation. Offers will be evaluated to determine compliance with all requirements of the solicitation, including any attachments and exhibits. The evaluation criteria will be applied to all offers in the same manner. Each proposal will be evaluated strictly in accordance with its content and the Government will not assume that performance will include areas not specified in the offeror's proposal. PART I: TECHNICAL EVALUATION. A. The Compensation and Retention Plan will be evaluated to determine the adequacy of the offeror's proposed compensation and retention plan to recruit and retain quality individual health employees. The primary determinant will be the base salary paid to the individual HCP. Offerors must propose a base salary which is at least commensurate with salaries paid for similar health care providers in the local area in order to be technically acceptable. This salary in almost all instances exceeds the prevailing wage rates in the Department of Labor's wage determination for a locality. The Government has developed an independent government estimate (IGE) based upon its assessment of base salaries paid in the local area as well as salaries paid on current contracts. The IGE will be used as the baseline in determining the adequacy of the salaries proposed by the offerors. Compensation plans will be evaluated as realistic in terms of its impact upon recruitment and retention. A low, or no compensation plan, may be viewed as evidence of failure to comprehend the complexity of the contract requirements or appropriate compensation levels for geographic area where performance will take place. Offerors which propose low base salaries, particularly below rates paid in the local area, will have the burden of establishing that their plans will result in the recruitment and retention of quality personnel and the uninterrupted performance of services throughout the life of the contract. B.Reasonable and realistic pricing: That the proposed prices are calculated based on reasonable and realistic assumptions. For very low rates (inflation rate, profit, G&A, overhead, management costs substantially lower than published industry standards or company experience), the offeror has satisfactorily explained why such rates will not affect the quality of services proposed to be provided under this contract. C. Written proposals will be adjectively evaluated and placed into one of the following categories, defined as follows: Acceptable - The proposal demonstrates an acceptable understanding of the requirements and meets performance standards. The proposal has no material weaknesses and strengths that will benefit the government. The offeror's proposal has an acceptable probability of meeting the requirements. Unacceptable - An unacceptable rating will be assessed on any offeror that presents a proposal that demonstrates any of the following: (1) Fails to clearly and comprehensively address each of the factors. (2) Fails to provide sufficient detail for the Government to determine whether the proposal satisfactorily meets the minimum requirements of this solicitation in addressing the factors. (3) Fails to clearly demonstrate that the offeror fully understands and is technically capable to perform the requirements at its total proposed price. Note: To receive consideration for award, a rating of acceptable must be achieved in all technical factors. PART II: PAST PERFORMANCE. The offeror's performance will be rated in terms of performance risk. A performance risk rating (low, moderate, high or neutral) will be assigned dependent upon the evaluators' assessment of the level of confidence in the offeror's performance record. In ranking offerors in the same performance category below, an offeror with past performance in performing the same or similar services may be ranked as a lower risk compared to an offeror with no or hardly any experience in performing services. Past Performance will be evaluated based on assessments of the offeror's performance under current and prior contracts for the last three years. The information which will be used for evaluation will be obtained from those presented in the Offeror's past performance documentation, the Contractor Performance Assessment Reporting System (CPARS) http://www.cpars.csd.disa.mil/cparsmain.htm, and any other sources. The Government may reject a proposal if it is found that any information that has a negative impact on the offeror's past performance record has been deleted, misrepresented, or withheld. Past performance surveys should be based upon the performance of like services to those in this solicitation. Offerors must receive either a low risk or neutral risk ranking to be considered for award. -High Risk - Significant doubt exists that the offeror will satisfactorily perform the services solicited, based on a preponderance of unsatisfactory performance records, or the offeror's record of unsuccessful performance of past and current contract in fulfilling requirements similar to the size, type, and complexity of the services under solicited. The offeror has consistently not met work schedules and other obligations, has defaulted on at least one contract within the past three years, or has chronically failed to meet contract terms. -Medium Risk - Some doubt exists based on limited instances of poor performance, especially in contracts similar in size, type and complexity of the services solicited. The offeror mets work schedules and specified services most of the time, met contract terms without failure or resolved issues immediately, and has not been defaulted on any contract within the past three years. -Low Risk - Little doubt exists, based on the preponderance of the offeror's good, if not excellent, past and current records of contract performance, especially in large contracts similar to the size, type, and complexity of the services solicited. The offeror consistently meets work schedules, provides specified services, meets contract terms without failure, and has not been defaulted on any contract within the past three years. Neutral Risk - No relevant past performance information is available or has been received by the Government. PART III: PRICE. Price will be evaluated separately from the technical and past performance factors and will be evaluated for fairness and reasonability in terms of: A. Pricing that is consistent with and reflects the proposed staffing requirement in comparison to Government Estimate and previous Government and Commercial contracts. B. Offerors are cautioned that an unrealistically low price, or unbalanced pricing of line items, as proposed initially or subsequently, may be grounds for eliminating a proposal, either on the basis that the offeror does not understand the required services, or he has made an imprudent offer. C. Options: The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that the offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). D. Compensation for health care providers (employee) shall not exceed $400,000 per year for personal services IAW Title 10 U.S.C. Section 1091 and DoD Instruction 6025.5. E. All vendors prices must be deemed to be fair and reasonable to qualify for award. End of Addendum to 52.212-2 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS--COMMERCIAL ITEMS (APR 2011) ALTERNATE I (APR 2011)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ11R0087/listing.html)
 
Place of Performance
Address: McDonald Army Health Center 576 Jefferson Avenue Fort Eustis VA
Zip Code: 23604
 
Record
SN02485911-W 20110701/110629235236-544f6113b1d019b21a08b6d21b315dab (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.