Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 22, 2016 FBO #5294
SOLICITATION NOTICE

Q -- Ambulatory Health Care Services - PWS Technical Baseline Physicals

Notice Date
5/20/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, Maryland, 21078-4094
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-16-Q-0035
 
Archive Date
7/2/2016
 
Point of Contact
Gilberto Resto,
 
E-Mail Address
ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Description(s): 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 (IAW) the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This solicitation, W912K6-16-Q-0035 is being issued as a Request for Quotation (RFQ). This procurement is a 100% small business set aside IAW FAR 19.502-2(a). The NAICS Code is 621999 and the small business size standard for this NAICS code is $15.0 Million. Type of contract anticipated is firm-fixed price. The Maryland Army National Guard (MDARNG) has a requirement for a mobile health unit to provide occupational health examinations to technicians that work in potentially hazardous environments. The contract Period of Performance will be Two (2) Years; Base Year with One (1) Option Year, anticipated to begin on/about June 28, 2016. The contractor shall provide all labor, supplies, tools, and supervision to conduct the required health services, laboratory work and testing. The MDARNG will provide the rooms needed to conduct the physical examination at various designated site locations. Site locations and number of estimated examinations for the Base Year are indicated as: Site #1 Army Aviation Support Facility (AASF) - Aberdeen Proving Ground, MD 21010 (182 Exams) Site #2 CFMR FMS 1 5525 Rue Saint Lo Dr. Reisterstown MD 21136 (77 Exams) Site #3 CSMS Box 1, 333 Old Bay Lane Havre de Grace MD 21078 (135 Exams) Examinations will normally be performed during April-May timeframe for the Base Year and each Option Year. Contractor must ensure all procedures are conducted in accordance with applicable American Board of Occupational and Environmental Medicine (ABOEM), American Association of Occupational Nurses (AAOHN), U.S Department of Labor, Occupation Safety and Health Administration (OSHA), and National Institute for Occupational Safety and Health (NIOSH) Standards. Contractor must ensure all clinical laboratory services are performed by a laboratory licensed through the U.S Department of Health and Human Services (DHHS) Health Care Financing Administration pursuant to the terms of the Clinical Laboratories Improvement Act of 1967 (42 U.S.C 263a) and the College of pathologies. Contractors must provide a Board Certified Occupational Medicine Physician to conduct job-related medical surveillance physical examinations and occupational health consultation services for all MDARNG employees present at MDARNG work-sites. Licenses must be available. Within ten (10) calendar days after award of contract, contractor will arrange for initial coordination of services and scheduling of examinations with the technical point of contact as designated by the Contracting Officer. Rooms will be reserved at each site for early morning blood draw and physician examinations. The privacy of the technicians must be ensured at all times. Reports will be submitted within thirty (30) calendar days of examination. Only licensed medical technicians will perform surveillance screening/testing elements. Personnel performing audiograms must be certified by the Council for Accreditation in Occupational Hearing Conservation (CAOHC). Personnel conducting Spirometry will be certified through a program approved by the National Institute for Occupational Safety and Health (NIOSH). Licenses and certifications must be available for review. Instrumentation must meet or exceed appropriate performance, calibration, and maintenance standards, and accuracy IAW current OSHA and Army Guidelines. All hearing results will be entered into the DOEHRS-HS database onsite, and then within two weeks of test, forwarded to the MDARNG. MDARNG will provide hearing conservationist with database prior to testing. Examinations will be administered according to specific Job Titles, please refer to the attached PWS. Any other testing, deemed appropriate, is at the discretion of the physician. Applicable Clauses/Regulations: This Contract is subject to the Service Contract Act of 1965. The applicable wage determination in effect at the time of award will be incorporated into the subsequent contract. Current rates can be found at the following site: www.dol.gov. The following clauses are applicable to this acquisition: FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998): This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address (es): http://farsite.hill.af.mil/ FAR 52.252-2, Clauses Incorporated by Reference. This contract incorporates one or more clauses 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/these address (es): http://farsite.hill.af.mil/ FAR 52.212-1, Instructions to Offers-Commercial Item any addenda to the provisions; FAR 52.212-2 Evaluation of Commercial Items (The following factors shall be used to evaluate offers: Technical and Past performance, price); FAR 52.212-3 "Offeror Representations and Certifications Commercial Items" (offerors must complete the annual representation and certification electronically via the System for Award management (SAM) Web site accessed through http://acquisition.gov), FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and conditions required to Implement Statutes or Executive Orders Commercial Items. FAR 52.204-7, System for Award Management (SAM); FAR 52.217-8 Option to Extend Services (NOV 1999); FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000); FAR 52.219-6, Notice of Small Business Set-Aside (NOV 2011); FAR 52.219-28, Post-Award Small Business Program Re-representation (JUL 2013); FAR 52.222-3 Convict Labor (JUN 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35 Equal Opportunity for Veterans (JUL 2014), FAR 52.222-36, Equal Opportunity for workers with disabilities (JUL 2014); FAR 52.222-41, Service Contract Labor Standards (May 2014); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014); FAR 52.222-43 Fair Labor standards Act and Service Contract Standards -Price Adjustment (Multiple Year and Options Contracts) (MAY 2014), FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-6, Drug Free Workplace FAR 52.223-5, Pollution Prevention and Right to Know Information (MAY 2011); FAR 52.225-13, Restriction on Certain Foreign Purchases (Jun 2008); FAR 52.232-36 Payment by Third Party (MAY 2014); FAR 52.232-33, Payment by Electronic Funds Transfer -System for Award Management (SAM) (JUL 2013); FAR 52.233-3, Protest After Award (AUG 1996); FAR 52.233-4 Applicable Law for Breach of Contract Claims (OCT 2004); FAR 52.237-1, Site Visit (APR 1984); FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation (APR 1984); FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998); DFARS 252.203-7000, Requirements Relating to Compensations of former DOD Officials (SEP 2011); DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (SEP 2013); DFAR 252.204-7004 Alternate A, System for award Management (FEB 2014); DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials-Basic (SEP 2014); DFARS 252.232-7003, Electronic Submission of Payment Request and Receiving Reports (JUN 2012); and DFARS 252-232-7010, Levies on Contract Payments (DEC 2006); Note: Interested offerors must be registered in SAM. To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information and the plans and specifications will be available only from the Federal Business Opportunities (FedBizOpps) website on-line at https://www.fbo.gov/. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: 1) Central Contractor Registration (CCR) Marketing Partner Identification Number (MPIN), 2) DUNS Number and CAGE Code, 3) Telephone Number, 4) Email address. Registration instructions can be found on the FedBizOpps website at https://www.fbo.gov/downloads/FBO_Vendor_Guide.pd Contract Type and Evaluation Criteria: Award will be made to the responsive and responsible offeror whose offer results in the Best value to the government. The North American Industry Classification System (NAICS) is 621999, Health Care Services-All other miscellaneous Ambulatory Health Care Services. The small business size standard is $15.0 million dollars, and will be a competed action, 100% small business set-aside. It is the responsibility of the offeror to view the website for any changes or amendments to this RFQ. All inquiries must be email to ng.md.mdarng.list.uspfo-arpc@mail.mil. An inquiries need to be submitted in writing, no phone inquiries will be accepted. Offerors shall include, within their quotation a unit price for each type of occupational health examination, e.g., Respiratory, Welder/Painter, Radiation and Annual listed in the PWS and documentation concerning the offerors technical capability and past performance. Unit price shall be inclusive of any travel expenses. Offers will be evaluated as to the best value to the Government. The following evaluation factors will be considered: Price, Technical Capability and Past Performance. Each evaluation factor, weighted equally. The Government intends to evaluate quotations/offers and award a contract without discussion with offerors (except clarifications as described in FAR 15.306(a)). The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. FAR 52.237-7, indemnification and Medical Liability insurance applies to this contract. Before commencing work under this contract, the contractor shall certify to the Contracting Officer in writing that the required State of Maryland Medical Liability Insurance has been obtained. The offeror must include the Contractor Manpower Reporting (CMR) as a separate Contract Line Item Number (CLIN) on your quote., Offers are due on June 17, 2016 4:00 PM EST. All questions/inquiries must be submitted to the contract officer via electronic mail (e-mail) not later than June 01, 2016 by 4:00 PM EST. Submit offers or any questions to the attention of Mr. Gilberto Resto, ng.md.mdarng.list.uspfo-arpc@mail.mil. Offerors who fail to complete and submit the requirements above may be considered non-responsive. Contracting Office Address: USPFO for Maryland, State Military Reservation, 301 Old Bay Lane, Havre de Grace, MD 21078-4094
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA18/W912K6-16-Q-0035/listing.html)
 
Record
SN04124012-W 20160522/160520234209-aa3c07acddd51e5db73b29f56d9dd270 (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.