Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2015 FBO #4934
SOLICITATION NOTICE

10 -- Non-personal services. The services require providing Occupational Health Physicals for the Washington Army National Guard (WAARNG.

Notice Date
5/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
 
ZIP Code
98430-5170
 
Solicitation Number
10683158
 
Response Due
6/30/2015
 
Archive Date
7/30/2015
 
Point of Contact
CHRIS MARTIN, 2535128305
 
E-Mail Address
USPFO for Washington
(christopher.e.martin6.mil@mail.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. Solicitation Number: RFQ-FY15-0001MC Due: 30 June 2015, 12:00pm (Pacific Standard Time). This is a combined synopsis/solicitation for supplies 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 requirement is issued as a request for quote reference number 0010683158. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-59 and the Defense Federal Acquisition. Regulation Supplement (DFARS) change notice 20120522. It is the contractor's responsibility to become familiar with applicable clauses and provisions. Information concerning FAR clauses can be obtained at http//farsite.hill.af.mil. This RFQ is a 100% set-aside for Small Business and will be awarded as a Firm Fixed Price contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all the RFQ's requirements and represents the best value to the Government in accordance with the evaluation scheme set forth in this RFQ. Evaluation will be based upon the Lowest Price Technically Acceptable (LPTA) and delivery of requirements will be FOB destination. LPTA will be based upon the total value of the quote incl This office will consider any late quotes or any late revisions of quotes as non-responsive. In no event shall any understanding or agreement between the offeror and any Government employee other than the Contracting Officer on any contract, modification, change order, letter, or verbal direction to the offeror be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The offeror is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the offeror's responsibility to make inquiry of the Contracting Officer before deviating from the written terms of the contract. Payments or partial payments will not be made without prior authorization by an appointed Contracting Officer with the legal authority to bind the Government. The North American Industry Classification System (NAICS) code for this procurement action is 621111. Government point of contact: Please send your questions and quotes to Chris Martin at Christopher.e.martin6.mil@mailmil Clarifying questions and requests for information will not be fielded via telephone. Note: Please See DOL Wage Determination: WD 05-2565 (Rev.-15) was first posted on www.wdol.gov on 12/30/201 Note: The contractor will be responsible for Indemnification and Medical Liability Insurance. Please see FAR CLAUSE 52.237-7 NO QUESTIONS BY TELEPHONE AS EVERYTHING MUST BE IN WRITING (EMAIL). Base Year: (Period of Performance 07/09/2015-07/08/2016) __________ Type A Physicals Total x 1 Each CLIN 0001 __________ Type B Physicals Total x 1 Each CLIN 0002 __________ Type C Physicals Total x 1 Each CLIN 0003 ___________Contract Manning Report ___________ Total Option Year 1: (Period of Performance 07/09/2016-07/08/2017) __________ Type A Physicals Total x 1 Each CLIN 0004 __________ Type B Physicals Total x 1 Each CLIN 0005 __________ Type C Physicals Total x 1 Each CLIN 0006 ___________ Contract Manning Report ___________ Total Option Year 2: (Period of Performance 07/09/2017-07/08/2018) __________ Type A Physicals Total x 1 Each CLIN 0007 __________ Type B Physicals Total x 1 Each CLIN 0008 __________ Type C Physicals Total x 1 Each CLIN 0009 ___________ Contract Manning Report ___________ Total Option Year 3: (Period of Performance 07/09/2018-07/08/2019) __________ Type A Physicals Total x 1 Each CLIN 0010 __________ Type B Physicals Total x 1 Each CLIN 0011 __________ Type C Physicals Total x 1 Each CLIN 0012 ___________ Contract Manning Report __________ Total ___________Grand Total PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAC 2005-82, DATED: 07 MAY 2015. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.237-7, Indemnification AND MEDICAL Liability Insurance FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.211-6, Brand Name or Equal (IF APPLICABLE) FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items quote mark all or none quote mark is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workers with Disabilites FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest After Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA45/10683158/listing.html)
 
Place of Performance
Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
Zip Code: 98430-5170
 
Record
SN03743169-W 20150529/150527235143-ea877f68657aa0856a7cdd37a3a7ab49 (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.