Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2015 FBO #4996
SOLICITATION NOTICE

Q -- Health Screening

Notice Date
7/27/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W911YP-15-T-1007
 
Response Due
8/5/2015
 
Archive Date
9/25/2015
 
Point of Contact
J.D. Warby, 801-432-4145
 
E-Mail Address
USPFO for Utah
(joseph.d.warby.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. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is W911YP-15-T-1007 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The associated North American Industrial Classification System (NAICS) code for this procurement is 621111 with a small business size standard of $11 Million. This requirement is a Small Business set-aside and only qualified offerors may submit bids. The USPFO for UTAH requires the following Medical Surveillance for 200 Army Technicians to include HT, WT, BP, eye exams and repertory fit test. The complete Offer Schedule, Performance Work Statement, Wage Determination, and any other associated documents can be located at the end of this FedBizOpps announcement under Additional Documentation. Preferred period of performance will be 17-20 August 2015 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) Offeror's capability to provide a quality product that meets the Government's needs within the time period of August 17- 20th 2015; (2) Past performance, caliber of offeror's performance on previous contracts of a similar nature; and (3) Total cost or price. The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vffara.htm and DFARS clauses and provisions can be read in their full text at http://farsite.hill.af.mil/vfdfara.htm. The clauses are to remain in full force in any resultant contract. The provision at 52.212-2 Evaluation - Commercial Items, Evaluation factors are listed above. The provision at FAR 52.212-3 with its Alternate I, Offeror Representations and Certifications-Commercial Items, and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors shall include a completed copy at the time of submission. As opposed to submitting the provision at 52.212-3, the offeror may elect to complete the Representations and Certifications at the System for Award Management (SAM) website. SAM may be accessed at https://www.sam.gov/portal/public/SAM/. Pursuant to FAR 9.1, Responsible Prospective Contractor, offerors may be required to provide the name of the financial institution where an applicable business bank account is located, supplier names where accounts are established, account numbers, names of customers, points of contact, and telephone numbers, as well as a brief description of previous contract services, providing the length of the contract or agreement, the dollar value, point of contact, and telephone number. The information will be used to determine responsibility of an offeror. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition, and is amended to incorporate the following clauses: 52.203-3 Gratuities; 52.203-12 Limitation on Payments to Influence Certain Federal Transactions; 52.204-13 System for Award Management Maintenance; 52.209-7 Information Regarding Responsibility Matter; 52.228-5 Insurance -- Work on a Government Installation; 52.232-23 Assignment of Claims; 52.232-39 Unenforceability of Unauthorized Obligations; 52.232-40 Providing Accelerated Payments to Small Business Subcontractors; 52.246-25 Limitation of Liability - Services; 52.252-2 Clauses Incorporated by Reference (Fill-in information with http://farsite.hill.af.mil). The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following FAR clauses cited within are applicable: 52.203-6 with its Alternate I Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; 52.219-16 Liquidated Damages-Subcontracting Plan; 52.219-28 Post-Award Small Business Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-40 Notification of Employee Rights Under the National Labor Relations Act; 52.222-41 Service Contract Act; 52.222-42 Statement of equivalent Rates for Federal Hires (Fill-in information with 23370, General Maintenance Worker, $15.76); 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts); 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. The following DFARS clauses are applicable to this solicitation: 252.201-7000 Contracting Officer's Representative; 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; 252.204-7008 Export-Controlled Items; 252.209-7001 Disclose of Ownership or Control by the Government of a Terrorist Country; 252.209-7004 Subcontracting with Firms That Are Owned or Controlled by the Government of a Terrorist Country; 252.225-7012 Preference for Certain Domestic Commodities; 252.225-7031 Secondary Arab Boycott of Israel; 252.226-7001 Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel; 252.243-7001 Pricing of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.244-7000 Subcontracts for Commercial Items; 252.247-7023 Transportation of Supplies by Sea. Wage Determination 05-2187, Revision 15, dated 22 Dec. 2014, is applicable to this procurement. Offers are due no later than 5 August 2015; (9:00 AM MST. All responsible sources may submit an offer, which will be considered by the agency. In accordance with 52.212-1, Instructions to Offerors, paragraph (f), quotes received after the established closing date will be viewed as late, and therefore not considered. Offers may be submitted via email (preferred) to joseph.d.warby.mil@mail.mil or via mail to Utah National Guard Headquarters, ATTN: SFC Joseph D. Warby, 12953 South Minuteman Drive, Draper, Utah 84020. Technical Point of contact for this solicitation is 1LT Kellie Davis, 801-432-4906 kellie.a.davis14.mil@mail.mil. Contracting Officer for this solicitation is SFC Joseph Warby, 801-432-4145, joseph.d.warby.mil@mail.mil. Bid MUST be good for 30 days after submission.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W911YP-15-T-1007/listing.html)
 
Place of Performance
Address: Utah National Guard 12953 S Minuteman Drive Draper UT
Zip Code: 84020-2000
 
Record
SN03811790-W 20150729/150727235422-efe9e7e0f9daad3b34b77fb562df06f5 (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.