Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 09, 2015 FBO #5007
SOLICITATION NOTICE

Q -- Medical Services for detainees in Puerto Rico - RFQ

Notice Date
8/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Homeland Security, Customs and Border Protection, Procurement Directorate - IN, 6650 Telecom Drive, Intech Two, Suite 100, Indianapolis, Indiana, 46278, United States
 
ZIP Code
46278
 
Solicitation Number
HSBP1015Q0167
 
Archive Date
9/5/2015
 
Point of Contact
Gary M. Orr,
 
E-Mail Address
Gary.Orr@dhs.gov
(Gary.Orr@dhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Wage Determination Quote form SOW RFQ HSBP1015Q0167 - Medical Services for Detainees 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective August 3, 2015. This requirement is being procured as a Total Small Business set-aside under NAICS code 621111. If you are interested in this acquisition, you may participate by submitting your response in accordance with the instructions included herein. The RFQ due date is no later than August 21, 2015 at 12:00pm Noon Eastern Time. Submission shall be via email to the contract specialist listed in quote submission section below. It is the offeror's responsibility to read the RFQ and all related documents carefully and completely, to ensure the Government receives their submission on or before the date/time specified. Vendors are required to submit a technical quote, past performance information and a price quote to Government officials for the purposes of assuring the prospective contractor has a complete understanding of the scope of this effort and has the capability to complete all statement of work (SOW) requirements. The contract will be awarded to the lowest price technically acceptable that did not show a negative past performance. If you have questions regarding this requirement, please submit your inquiries via email to Gary.Orr@cbp.dhs.gov. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors. PERIOD OF PERFORMANCE The term for this Blanket Purchase Agreement (BPA) will be five years. The estimated award date of the Blanket Purchase Agreement (BPA) is September 1, 2015. QUOTE SUBMISSION REQUIREMENTS: A. General Information: The vendor shall submit electronic copies of the quote via email to Gary.Orr@cbp.dhs.gov no later than (NLT) August 21, 2015 at 12:00pm Noon Eastern Time. All quotes shall include: A. Tax Identification Number (TIN) B. Dun & Bradstreet Number (DUNS) C. North American Industrial Classification System (NAICS) D. Contact Name E. Contact Email Address F. Contact Phone Number G. Contact Fax Number H. Complete Business Mailing Address Please ensure that your firm is SAM certified ( http://www.sam.gov ). The following information shall be included in each set of submitted quote and labeled accordingly: B. Submission Requirements: Price Quote - Factor 1 The offeror shall submit a firm fixed price in accordance with the price quote form that is included in the RFQ. NOTE: THE GOVERNMENT SHALL NOT COMPENSATE THE VENDOR FOR ANY QUOTE DEVELOPMENT COSTS RELATED TO THIS RFQ. Technical Approach - Factor 2 The technical approach shall include: (1) Provide office space dimensions and demonstrate firm's ability to accommodate CBP Government Furnished Property (Drugloo Type 1025) and provide a secure 24-hour facility capability as required by the SOW; and, (2) Describe firm's staffing plan, including the experience and expertise of staff with government agencies or similar support; and, (3) Describe firm's technical approach in meeting the requirements contained in the SOW. Include a discussion of company's demonstrated ability and capability to effectively and efficiently perform the requirements. Any vendor submitting a quotation in response to this RFQ must submit documentation that allows the contract specialist/evaluation team to determine the vendor technically acceptable. This documentation can be in the form of a written narrative, but in no instance shall the documentation exceed ten (10) pages. ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Vendors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of the SOW. If not noted in this section of your quotation, it will be assumed that the offeror proposes no assumptions for award, and agrees to comply with all of the terms and conditions as set forth herein. It is not the responsibility of the Government to seek out and identify assumptions, conditions, or exceptions buried within the Offeror's quote. BASIS FOR AWARD The Government will award a BPA resulting from this solicitation to the responsible offeror whose offer conforming to the RFQ will be the lowest price technically acceptable without a negative past performance. The following factors shall be used to evaluate quotations: Factor 1 - Price Factor 2 - Technical Approach The Government intends to evaluate quotes and award without discussions with vendors. Therefore, the vendor's initial quote should contain the vendors best terms from a price and technical standpoint. However, the government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received in accordance with FAR 52.212-1. POINTS OF CONTACT Contracting POCs Mr. Gary Orr Border Enforcement Contracting Division Contract Specialist Gary.Orr@cbp.dhs.gov CONTRACT MANAGEMENT Notwithstanding the Contractor's responsibility for total management during the performance of this BPA, the administration of the BPA will require maximum coordination between the Government and the Contractor. Communications pertaining to the contract administration will be addressed to the Contracting Officer. No changes to the statement of work are authorized without a written modification to the BPA executed by the Contracting Officer. The Contractor is advised that only the Contracting Officer can change or modify the contract terms or take any other action, which obligates the Government. No changes to the statement of work, BPA terms, or conditions are authorized without a written modification to the contract executed by the Contracting Officer. Contractors who rely on direction from other than the Contracting Officer do so at their own risk and expense. Such actions do not bind the Government contractually. Any contractual questions shall be directed to the contract specialist, Gary Orr via email ( Gary.Orr@cbp.dhs.gov ). ATTACHMENTS Statement of Work (SOW) Quote form Wage determination 2005-2461 Rev. 18
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCS/FPSB/HSBP1015Q0167/listing.html)
 
Place of Performance
Address: San Juan, Puerto Rico, United States
 
Record
SN03829194-W 20150809/150807235218-7b2ad524a242ee0442b77ac6ca6b763b (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.