Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2017 FBO #5689
SOLICITATION NOTICE

Q -- Medical Surveillance Exams - Performance Work Statement

Notice Date
6/19/2017
 
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 Utah, PO Box 2000, Draper, Utah, 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W81A9P71350101
 
Point of Contact
Otha B Henderson, Phone: 8014324093
 
E-Mail Address
otha.b.henderson.mil@mail.mil
(otha.b.henderson.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Description: The Utah Army National Guard has a requirement to meet government mandated medical surveillance and respiratory fit tests at three separate locations in Utah for approximately 250 personnel. The completion date for the base year of this requirement is not to exceed 15 August 2017 and shall be in accordance with the attached performance work statement. This is an annual requirement and the UTARNG intends to issue a base plus four option years contract. This is a combined synopsis/solicitation for commercial services 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 and quotes are being requested. A written solicitation will not be issued. This combined synopsis/solicitation is being issued as a small business set-aside request for quotation. This solicitation incorporates provisions and clauses for commercial items. The North American Industry Classification System Code (NAICS) is 621999. Specifications: The performance work statement is attached to this combined synopsis/solicitation. The period of performance for the base year should not extend beyond 15 August 2017. The award is intended to be a base plus four option years. Price quotes should include pricing for all 5 years. Evaluation Factors: The contract type for this procurement will be firm-fixed-price and award will be made on a best value determination. A best value determination will be made for the quote that has a competitive price and best meets the technical criteria presented in the performance work statement. Pricing will be the main factor in determining award; however, the government reserves the right to award to other than lowest quote if a vendor demonstrates superior capabilities meeting the government's requirements. This is a simplified acquisition and award will be made without discussion. All firms or individuals responding must meet all standards required to conduct business with the government, including being registered with SAM and WAWF/iRAPT, and must be in good standing. Responses from qualified small business will be considered by the government. In addition to providing delivery pricing for delivery each vendor must include their company's contact information, DUNS and CAGE code, and federal TIN. All submissions should be emailed to otha.b.henderson.mil@mail.mil. Submissions received after the time and date specified will not be considered. Questions regarding this requirement shall also be sent to the specified email within sufficient time to research and respond prior to the closing day of this notice. Late submission of questions will not be justification for extending this notice. Applicable Provisions and Clauses: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at http://faresite.hill.af.mil. FAR 52.203-3 FAR 52.203-6 ALT I FAR 52.204-2 ALT II FAR 52.204-4 FAR 52.204-7 FAR 52.204-9 FAR 52.204-10 FAR 52.209-6 FAR 52.212-1 FAR 52.212-2 FAR 52.212-3 FAR 52.212-4 FAR 52.212-5 FAR 52.219-8 FAR 52.219-14 FAR 52.219-28 FAR 52.222-3 FAR 52.222-19 FAR 52.222-21 FAR 52.222-26 FAR 52.222-35 FAR 52.222-36 FAR 52.222-37 FAR 52.222-40 FAR 52.222-41 FAR 52.222-42 FAR 52.222-44 FAR 52.222-50 FAR 52.222-54 FAR 52.223-18 FAR 52.225-13 FAR 52.232-33 FAR 52.233-3 FAR 52.223-4 FAR 52.223-3 FAR 52.223-5 FAR 52.228-5 FAR 52.233-2 FAR 52.237-2 FAR 52.252-2 DFARS 252.201-7000 DFARS 252.203-7000 DFARS 252.204-7004 DFARS 252.204-7005 DFARS 252.209-7001 DFARS 252.212-7000 DFARS 252.212-7001 DFARS 252.225-7000 DFARS 252.225-7001 DFARS 252.225-7008 DFARS 252.225-7012 DFARS 252.225-7020 DFARS 252.225-7021 DFARS 252.232-7003 DFARS 252.237-7010 DFARS 252.243-7002 DFARS 252.247-7023 DFARS 252.223-7006 DFARS 252.232-7010
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA42/W81A9P71350101/listing.html)
 
Place of Performance
Address: 12953 South Minuteman Drive, Draper, Utah, 84020, United States
Zip Code: 84020
 
Record
SN04549345-W 20170621/170619234917-deed79cca3c1bc12f087e78de2a2cc39 (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.