Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 14, 2013 FBO #4220
SOLICITATION NOTICE

Q -- Fire Fighter Physicals - Package #1

Notice Date
6/12/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of the Army, National Guard Bureau, 134 ARW, MCGHEE TYSON ANG BASE, MCGHEE TYSON ANG BASE, Tennessee, 37777
 
ZIP Code
37777
 
Solicitation Number
F7X3183163A00X
 
Archive Date
7/6/2013
 
Point of Contact
Richard M. Lusby, Phone: 8653363353
 
E-Mail Address
richard.lusby@ang.af.mil
(richard.lusby@ang.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Statement of Work I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. (II) Solicitation F7X3183163A00X is being issued as a Request for Quotation. (III) This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-66. (IV) This acquisition is being set-aside for small business concerns. The associated NAICS code for this acquisition is 621111, small business size standard is $10,000,000.00. (V) COMMERCIAL ITEM DESCRIPTION: This requirement is for the following items to be awarded a Blanket Purchase Agreement (BPA) with a base year and two option years. A BPA is a simplified method of filling anticipated needs for services and is designed to reduce administrative costs by eliminating the need for issuing individual purchase orders. Agreement will be awarded to one contractor based on the following requirements and price. The contractor shall furnish all services and materials necessary to provide occupational physicals for base fire fighters in accordance with attached Performance Work Statement (PWS). Contractor shall provide individual unit pricing for services as stated in paragraph C3 of the PWS. Contractor shall provide a positive statement on capability of meeting the required certifications of paragraph C6 of the PWS. Contractor facilities must be located within 30 miles of 134 Briscoe Drive, Louisville, TN 37777 and contractor must provide a positive statement acknowledging this requirement. (VII) Place of Delivery: McGhee Tyson ANG Base, Louisville, TN 37777, FOB POINT IS DESTINATION. (VIII) The following provisions in their latest editions apply to this solicitation: FAR 52.212-1, Instructions to Offerors, Commercial Items. (IX) The FAR provision 52.212-2, Evaluation -- Commercial Items, also applies to this acquisition The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and will be most advantageous to the Government, price and other factors considered. Factors that shall be used to evaluate offers are (i) technical capability of the item offered to meet the Government requirement as stated in paragraph (V) of this solicitation and (ii) price. Technical is considered to be equally important to price. The contracting officer will award to the offeror whose offer represents best overall value to the Government, which may or may not be the lowest priced offer. The Government intends to evaluate offers and make award without discussions. However, the Government reserves the right to hold discussions if it is in the best interest of the Government to do so. Technical capability will be rated as pass or fail. Quotes must provide information on price, delivery, Tax ID number, Cage Code and DUNS number. Additionally, your company must be registered in the CCR System as well as registered and have completed the online Reps and Certs at the following website: https://www.sam.gov/portal/public/SAM. (X) FAR 52.212-3 (Alt 1), Offerors Representations and Certifications, Commercial Items. Offerors shall include a completed copy as part of their quote. A copy of the Offerors Representations and Certifications may be obtained from (http://farsite.hill.af.mil). However, vendor must complete the Reps and Certs as stated in section (IX) above at https://www.sam.gov/portal/public/SAM/. (XI) FAR 52.212-4, Contract Terms and Conditions is incorporated by reference and applies to this acquisition with the following addendum: DFARS 252.204-7004 Alt A, System for Award Management. (XII) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (DEVIATION). Additional FAR clauses cited within the above clauses, which are applicable, will be incorporated into the solicitation and the resulting contract. (XIII) The following clauses are incorporated 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 website http://farsite.hill.af.mil: 52.204-7, Central Contractor Registration; 52.215-5, Facsimile Proposals; 52.219-1, Alt I, Small Business Program Representations; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post-Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-22, Previous Contracts and Compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers With Disabilities; 52.222-41, Service Contract Act of 1965; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer- Central Contractor Registration; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; 52.252-1, Solicitation Provisions and Contract Clauses (http://farsite.hill.af.mil); 52.252-2, Clauses incorporated by Reference (http://farsite.hill.af.mil); 52.253-1, Computer Generated Forms 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.203-7002, Requirement to Inform Employees of Whistleblower Rights; 252.204-7003, Control of Government Personnel Work Product 252.204-7004 Alt A, System for Award Management; 252.204-7006, Billing Instructions; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (DEVIATION); 252.232-7003, Electronic Submission of Payment requests and Receiving Reports; 252.232-7010, Levies on Contract Payments; 252.247-7023 Alt III, Transportation of Supplies Sea. 52.222-42, Statement of Equivalent Rates for Federal Hires; 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 Licensed Practical Nurse GS-5 $13.14 Phlebotomist GS-4 $11.75 Medical Assistant GS-4 $11.75 Nursing Assistant GS-4 $11.75 Medical Record Clerk GS-4 $11.75 Medical Record Technician GS-7 $16.28 Registered Nurse GS-7 $16.28 Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the FedBizOps (https://www.fbo.gov) web site. Offerors are requested to submit questions to the email address noted below not later than 18 June 2013. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in System for Award Management (https://www.sam.gov/portal/public/SAM) (XIV) N/A. (XV) Quotes will be due to the 134ARW/MSC 123 Briscoe Drive, Louisville, TN 37777, by 21 June 2013, 10:00 a.m. eastern standard time. Email quotes will be accepted at richard.lusby@ang.af.mil. Quotes may also be faxed to 865-336-3335. (XVI) Point of Contact is SMSgt Richard Lusby (865) 336-3353 or email richard.lusby@ang.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA40-1/F7X3183163A00X/listing.html)
 
Place of Performance
Address: 134 Briscoe Drive, Louisville, Tennessee, 37777, United States
Zip Code: 37777
 
Record
SN03088072-W 20130614/130613000542-23e1f2ffe8969153c2172852e4b71377 (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.