Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2016 FBO #5367
SOLICITATION NOTICE

Q -- Department of Defense Medical Examination Review Board (DoDMERB) Medical Services - ID07160027

Notice Date
8/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
General Services Administration, Federal Acquisition Service (FAS), Acquisition Operations Division/Network Services Division (7QFA), 819 Taylor Street, Room: 11A30, Fort Worth, Texas, 76102, United States
 
ZIP Code
76102
 
Solicitation Number
ID07160027
 
Archive Date
9/15/2016
 
Point of Contact
Erin Quinn-Neuendorf, Phone: 8178505577
 
E-Mail Address
erin.quinn-neuendorf@gsa.gov
(erin.quinn-neuendorf@gsa.gov)
 
Small Business Set-Aside
N/A
 
Description
ID07160027 Appendix M - Pricing Spreadsheet ID07160027 Appendix L - Quality Assurance Surveillance Plan (QASP) ID07160027 Appendix I - Subcontracting Plan Template ID07160027 Solicitation 6.16.2016 This is a combined synopsis/solicitation for commercial items (services) 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. Solicitation number is ID07160027. The solicitation is issued as a Request for Proposal (RFP) in accordance with FAR Parts 12 (Commercial Items/Services), 15 (Contracting by Negotiation) and 37 (Services Contracting). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88. This acquisition will utilize full and open competition; there are no set asides for small businesses. North American Industry Classification System (NAICS) Code is 621999 and the small business size standard is $15 million. The contract line item numbers with the descriptions, estimated quantities and units of issue are identified in Appendix M - Pricing Spreadsheet. The General Services Administration (GSA), Acquisition Operations Division, Region 7, has received a request from the Defense Health Agency to acquire Department of Defense Medical Examination Review Board (DoDMERB) Medical Services. The mission of DoDMERB involves the medical evaluation of applicants to various Department of Defense (DoD) accession and DoD commissioning programs. Contracting services are required to provide a subcontracted network of medical providers and connectivity between DoDMERB, Applicants, the Prime Contractor and the various Medical Network Providers. The Initial Medical Examinations (IME) and the Additional Medical Information (AMI) to be accomplished under the provisions of this contract are for the purpose of certifying civilian and military individuals who have applied for appointments to any of the five Service Academies, or applications to the Reserve Officers Training Corps (ROTC) Programs, or the Uniformed Services University of Health Sciences (USUHS) and other programs, as required. The information gained through this medical examination shall be utilized by DoDMERB, military and contracted services medical officials to determine applicants' qualification status. This requirement consists of a one-year base and four one-year option periods. Performance start date is October 1, 2016 and is subject to the availability of funds. FAR 52.212-1, Instructions to Offerors - Commercial Items (Oct 2015), applies to this acquisition and is amended in accordance with Sections L.2, L.3 and L.4 of the solicitation. FAR 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. The following factors shall be used to evaluate offers: • Past Experience (PE) • Technical/Management Approach (TMA) • Past Performance (PP) • Past Performance on the Utilization of Small Business/Small Business Participation Plan • Subcontracting plan • Price • Offeror's Representations and Certifications Proposals will be subjectively evaluated using relative importance. Past Experience is more important than Technical/Management Approach, Past Performance and Past Performance on the Utilization of Small Business/Small Business Participation Plan. Technical/Management Approach and Past Performance are rated as equal but are more important than Past Performance on the Utilization of Small Business/Small Business Participation Plan. All technical factors, when combined, are significantly more important than price. GSA will award the contract to the offeror that provides the best value to the Government. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2016), is to be completed and included with the offer per the instructions in Section K of the solicitation. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015), applies to this acquisition and includes the following amendment: FAR 52.212-4(c) is hereby amended as follows: The Government reserves the right to issue unilateral close out modifications to close out commercial contractual agreements, after the contractor has acknowledged the contract is closed and that no further liability exists on behalf of the parties. The Government also reserves the right under the unilateral close out modification to de-obligate money after full payment has been made to the contractor for their services under this contract. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Item (March 2016), applies to this acquisition. The following FAR clauses included in FAR 52.212-5 also apply: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637 (d)(4)) Alternate II (Oct 2001) of 52.219-9 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) Please refer to the solicitation for all other applicable provisions and clauses. As stated in Section L, paragraph 2.1 of the solicitation, offerors shall use IT Solution Shop (ITSS) to submit a proposal. Proposals will only be received and awarded via ITSS. The link is listed below and the ITSS Help Desk number is 1-877-243-2889. ITSS webpage is https://web.itss.gsa.gov/Login. To submit a proposal for consideration for award, all interested offerors must send GSA an email identifying (1) offeror's name, and (2) the name of an individual employee who will act as the offeror's GSA point of contact (POC) for this requirement that is "registered in ITSS." OFFERORS MUST IDENTIFY THE COMPANY NAME AND THE POC'S NAME EXACTLY AS IT APPEARS IN ITSS. "Registered in ITSS" or "Registration in ITSS" means an offeror is successfully registered in ITSS such that the Government can select the offeror's designated POC in ITSS to receive the Request for Proposal (RFP), view an order, and be able to submit a proposal. Some offerors have multiple company divisions and employees registered in ITSS making it difficult for GSA selection. Therefore, to ensure that all interested offerors are able to submit a proposal, prompt submission of the above ITSS offeror information (offeror's name and POC) is highly encouraged. An email must be sent to erin.quinn-neuendorf@gsa.gov in order to ensure registration. The proposal closing date in ITSS is August 31, 2016 at 5 PM (Central Standard Time). An extension to the RFP closing date and time will not be granted due to an offeror's late registration in ITSS. Any proposal received by GSA after the closing date/time is late and will not be considered for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e4808829a2a60616cb2974baa3886658)
 
Record
SN04203016-W 20160803/160801234453-e4808829a2a60616cb2974baa3886658 (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.