Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
SOLICITATION NOTICE

Q -- SPRINT Hearing Examinations - Northern and Southern Utah areas

Notice Date
7/20/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90M8L11530100
 
Response Due
8/3/2011
 
Archive Date
10/2/2011
 
Point of Contact
Jennifer Shaw, 801-432-4330
 
E-Mail Address
USPFO for Utah
(jennifer.shaw5@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. 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; quotes are being requested and a written solicitation will not be issued. Solicitation is W90M8L11530100 being issued as a Request for Proposal. North American Industry Classifications System Code (NAICS) is 621340. SPECIFICATIONS: The USPFO for Utah anticipates issuing a Firm Fixed Price (FFP) Blanket Purchase Agreement (BPA) for audiologists to perform SPRINT exams to Utah Army National Guard service members in the Salt Lake and St. George areas. An estimated quantity of 0 to 75 exams to be performed annually. Anticipated period of performance is September 2011 to August 2014. Multiple awards may be made. See attached Statement of Work for details. EVALUATION FACTORS: The contract type for this procurement will be a firm-fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Lowest price technically acceptable and (2) Past performance, caliber of offeror's performance on previous contracts of a similar nature. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Proposals are due NLT 5:00 pm MST 3 August 2011. Proposals may be mailed to: USPFO for Utah, Attention Jennifer Shaw, 12953 South Minuteman Drive, Draper, UT 84020-2000 or e-mailed to jennifer.shaw5@us.army.mil; facsimiles will NOT be accepted. All proposals must arrive at the place and by the time specified. Included in the Statement of Work is the Quality Assurance Surveillance Plan (QASP) for SPRINT hearing examinations. The purpose of the QASP is to identify the methods and procedures the government will use to evaluate contractor actions and quality assurance while performing the requirements as stated in the contract. QASP's will aid in determining contractor's past performance and may impact Option Year renewal opportunities. Proposals must meet the following criteria: 1.Company's capabilities to meet or exceed the specifications identified. Include copies of professional licenses from State of Utah for all employees that will be performing service. Failure to provide detailed information with your offer may cause your offer to be considered non-responsive. 2.Provide a minimum of three reference (not older than three years) contact information with proposal. Failure to provide detailed information with your offer may cause your offer to be considered non-responsive. 3.A suggested proposal format is as follows: CLIN 0001 Salt Lake area (1 Sept '11 - 31 Aug '12), unit cost per test $ CLIN 0001 St. George area (1 Sept '11 - 31 Aug '12), unit cost per test $ CLIN 0002 Salt Lake area (1 Sept '12 - 31 Aug '13), unit cost per test $ CLIN 0002 St. George area (1 Sept '12 - 31 Aug '13), unit cost per test $ CLIN 0003 Salt Lake area (1 Sept '13 - 31 Aug '14), unit cost per test $ CLIN 0003 St. George area (1 Sept '13 - 31 Aug '14), unit cost per test $ 4.NOTE: Quotes will be accepted for either area. For example, if the Offeror is only located in St. George and cannot submit a quote for the Salt Lake area, Offeror should submit the quote clarifying the location. The same would apply if the Offeror is located in the Salt Lake area only. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract: (1) FAR 52.204-7 Central Contractor Registration; (2) FAR 52-204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; (3) FAR 52.212-1 Instructions to Offerors--Commercial Items; (4) FAR 52.212-2 Evaluation--Commercial Items; (5) FAR 52.212-3 Offeror Representations and Certifications--Commercial Items, with Alternate I; (6) FAR 52.212-4 Contract Terms and Conditions--Commercial Items; (7) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.219-28 Post Award Small Business Program Representation; (b) FAR 52.222-3 Convict labor; (c) FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies (d) FAR 52.222-21 Prohibition of Segregated Facilities; (e) FAR 52.222-26 Equal Opportunity; (f) FAR 52.222-36 Affirmative Action for Workers with Disabilities; (g) FAR 52.222-50 Combating Trafficking in Persons; (h) FAR 52.233-3 - Protest After Award (i) FAR 52.233-4 Applicable Law for Breach of Contract Claim; (j) FAR 52.225-13 Restrictions on Certain Foreign Purchases; (l) FAR 52.232-33 Payment by Electric Funds Transfer-Central Contractor Registration. (8) FAR 52.217-5 Evaluation of Options; (9) FAR 52.217-8 Option to Extend Services; (10) FAR 52.217-9 Option to Extend the Term of the Contract; (11) FAR 52.232-19 Availability of Funds for the Next Fiscal Year; (12) FAR 52.252-2 Clauses Incorporated Reference; (13) DFARS 252.201-7000 Contracting Officer's Representative; (14) DFARS 252.204-7004 Central Contractor Registration, Alternate A; (15) DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (16) DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (b) DFARS 252.232-7003 Electronic Submission of Payment Requests; (c) DFARS 252.247-7023 ALT III Transportation of Supplies by Sea
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W90M8L11530100/listing.html)
 
Place of Performance
Address: USPFO for Utah 12953 South Minuteman Drive Draper UT
Zip Code: 84020
 
Record
SN02505209-W 20110722/110721003916-cc9b5e3de638d8cda8fb1b0950450832 (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.