Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 15, 2018 FBO #6078
SOLICITATION NOTICE

Q -- Human Performance Program - SCA WD - Pricing Worksheet - PWS

Notice Date
7/13/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Oregon, Attn: USPFO-P, PO Box 14840, Salem, Oregon, 97309-5008
 
ZIP Code
97309-5008
 
Solicitation Number
W912JV-18-R-7001
 
Archive Date
8/28/2018
 
Point of Contact
Joel Sire, Phone: 541-885-6181
 
E-Mail Address
joel.a.sire.mil@mail.mil
(joel.a.sire.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Pricing Worksheet Service Contract Act Wage Determination 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; proposals are being requested and a written solicitation will not be issued. This solicitation: W912JV-18-R-7001 is being issued as a Request for Proposal (RFP). All solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99. This procurement is a 100% Small Business set-aside IAW FAR 19.502-2(a). The NAICS code is 621399 and the small business size standard is $7.5M. This requirement will seek services under a base plus four option year contract under FAR 17.204(e) with a possible extension of six months under FAR 52.217-8. The following commercial items (services) are requested in this solicitation: *Physical Therapy, Athletic Training, and Strength and Conditioning services are to be performed in accordance with the attached Performance Work Statement (PWS) in quantities listed below* Base CLIN 0001 8 Appointments per day/2000 appointments per year 12 Months. Period of Performance: 9/1/18 - 8/31/19 Contractor shall only be paid for scheduled/completed appointments. Base CLIN 0002 Late Cancellations - Period of Performance: 9/1/18 - 8/31/19 Option CLIN 0003 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/18 - 8/31/19 Contractor shall only be paid for scheduled/completed appointments. Option CLIN 0004 Late Cancellations - Period of Performance: 9/1/18 - 8/31/19 Option CLIN 0005 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/18 - 8/31/19 Contractor shall only be paid for scheduled/completed appointments. Option CLIN 0006 Late Cancellations - Period of Performance: 9/1/18 - 8/31/19 Option Period 1 CLIN 1001 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/19 - 8/31/20 Contractor shall only be paid for scheduled/completed appointments. Option Period 1 CLIN 1002 Late Cancellations - Period of Performance: 9/1/19 - 8/31/20 Option Period 1 CLIN 1003 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/19 - 8/31/20 Contractor shall only be paid for scheduled/completed appointments. Option Period 1 CLIN 1004 Late Cancellations - Period of Performance: 9/1/19 - 8/31/20 Option Period 1 CLIN 1005 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/19 - 8/31/20 Contractor shall only be paid for scheduled/completed appointments. Option Period 1 CLIN 1006 Late Cancellations - Period of Performance: 9/1/19 - 8/31/20 Option Period 2 CLIN 2001 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/20 - 8/31/21 Contractor shall only be paid for scheduled/completed appointments. Option Period 2 CLIN 2002 Late Cancellations - Period of Performance: 9/1/20 - 8/31/21 Option Period 2 CLIN 2003 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/20 - 8/31/21 Contractor shall only be paid for scheduled/completed appointments. Option Period 2 CLIN 2004 Late Cancellations - Period of Performance: 9/1/20 - 8/31/21 Option Period 2 CLIN 2005 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/20 - 8/31/21 Contractor shall only be paid for scheduled/completed appointments. Option Period 2 CLIN 2006 Late Cancellations - Period of Performance: 9/1/20 - 8/31/21 Option Period 3 CLIN 3001 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/21 - 8/31/22 Contractor shall only be paid for scheduled/completed appointments. Option Period 3 CLIN 3006 Late Cancellations - Period of Performance: 9/1/21 - 8/31/22 Option Period 3 CLIN 3002 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/21 - 8/31/22 Contractor shall only be paid for scheduled/completed appointments. Option Period 3 CLIN 3006 Late Cancellations - Period of Performance: 9/1/21 - 8/31/22 Option Period 3 CLIN 3003 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/21 - 8/31/22 Contractor shall only be paid for scheduled/completed appointments. Option Period 3 CLIN 3006 Late Cancellations - Period of Performance: 9/1/21 - 8/31/22 Option Period 4 CLIN 4001 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/22 - 8/31/23 Contractor shall only be paid for scheduled/completed appointments. Option Period 4 CLIN 4002 Late Cancellations - Period of Performance: 9/1/22 - 8/31/23 Option Period 4 CLIN 4003 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/22 - 8/31/23 Contractor shall only be paid for scheduled/completed appointments. Option Period 4 CLIN 4004 Late Cancellations - Period of Performance: 9/1/22 - 8/31/23 Option Period 4 CLIN 4005 8 Appointments per day/2000 appointments per year 12 Months Period of Performance: 9/1/22 - 8/31/23 Contractor shall only be paid for scheduled/completed appointments. Option Period 4 CLIN 4006 Late Cancellations - Period of Performance: 9/1/22 - 8/31/23 52.217-8 Extension Period CLIN 5001 8 Appointments per day/1000 appointments total 6 Months Period of Performance: 9/1/23 - 3/1/24 Contractor shall only be paid for scheduled/completed appointments. 52.217-8 Extension Period CLIN 5002 Late Cancellations - Period of Performance: 9/1/23 - 3/1/24 52.217-8 Extension Period CLIN 5003 8 Appointments per day/1000 appointments total 6 Months Period of Performance: 9/1/23 - 3/1/24 Contractor shall only be paid for scheduled/completed appointments. 52.217-8 Extension Period CLIN 5004 Late Cancellations - Period of Performance: 9/1/23 - 3/1/24 52.217-8 Extension Period CLIN 5005 8 Appointments per day/1000 appointments total 6 Months Period of Performance: 9/1/23 - 3/1/24 Contractor shall only be paid for scheduled/completed appointments. 52.217-8 Extension Period CLIN 5006 Late Cancellations - Period of Performance: 9/1/23 - 3/1/24 The location of contract performance is as follows: 173 FW Kingsley Field ANGB, Klamath Falls, Oregon 97603 The following provisions and clauses apply to this acquisition: FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (DEVIATION 2018-O0013). - Proposed prices must be submitted using the Pricing Sheet within attachments. - Offerors shall insert unit prices in the attached Pricing Sheet, rounded to the nearest cent and sign acknowledging the terms and conditions of the RFP. Offerors rejecting the terms and conditions may be excluded from consideration. Note: Department of Labor (DOL) Wage Determination 2015-5581 Rev. 6, dated 10 January 18 is applicable to this RFP. - A maximum of five references will be accepted for past performance evaluation. References for past performance shall include a point of contact, their phone number, email address, name of the company, and detailed description of services rendered. Other information should include the contract number, initial contract cost, and period of performance. - Management Plans must be submitted for technical evaluation. * Staffing, quality control, capabilities, and experience (not to exceed 3 pages, 10 point font) * Organizational Chart (not to exceed 1 page, 10 point font) * Scheduling Plan (not to exceed 1 page, 10 point font) * Substantiating documents to include, but not limited to, resume(s), diploma (s), and certification(s) to demonstrate personnel possess all of the requirements per the attached PWS. - All proposals shall be sent to SSgt Joel Sire via e-mail at joel.a.sire.mil@mail.mil. Proposals are required to be received no later than 13 August 2018, 12:00 PM PDT. Oral proposals will not be accepted. Collect calls will not be accepted. All proposals must be directly submitted by the firm that is intended to be the successful awardee. Proposal submitted by another firm on behalf of a company with the intention of being awarded "in care of" will not be accepted. FAR 52.212-2 -- Evaluation -- Commercial Items. The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, Past Performance, and Technical Capability. Cost or Price: Evaluation of price will consider the total of the annual prices (CLINS) for all contract years (base plus all options, including a possible six month extension), with each year's price evaluated as the sum of the prices of all contract line items (CLINs) for that year. Past Performance: Evaluation of past performance will consider references provided and past performance information obtained from any suitable source, such as ratings from automated past performance data bases (i.e. CPARS, PPIRS), direct local business experience with the offeror, or similar. Past performance will be rated as Acceptable or Unacceptable. Technical Factors: Evaluation of technical factors will consider sub-factors in the following categories: * Capability and experience, * Organization/organizational structure, * Qualified personnel, * Quality control, and * Whether or not all of the Management Plans required above were submitted and deemed adequate. Proposals will be evaluated as outstanding, good, acceptable, marginal, and unacceptable for Technical Factors. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Alternate I. Offerors must fill out and submit completed provision with their proposal. 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 52.203-3 -- Gratuities. FAR 52.203-6 -- Restrictions on Subcontractor Sales to the Government - Alternate I FAR 52.203-19 -- Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.204-9 -- Personal Identity Verification of Contractor Personnel. FAR 52.204-10 -- Reporting Executive Compensation and First-Tier Subcontract Awards. FAR 52.204-22 - Alternative Line Item Proposal FAR 52.209-6 -- Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR 52.209-9 -- Updates of Publicly Available Information Regarding Responsibility Matters. FAR 52.209-10 -- Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.217-8 -- Option to Extend Services. FAR 52.217-9 -- Option to Extend the Term of the Contract. FAR 52.219-6 -- Notice of Total Small Business Set-Aside. FAR 52.219-8 -- Utilization of Small Business Concerns FAR 52.219-14 -- Limitations on Subcontracting (DEVIATION 2018-O0013) FAR 52.219-28 -- Post-Award Small Business Program Representation. FAR 52.222-3 -- Convict Labor. FAR 52.222-21 -- Prohibition of Segregated Facilities. FAR 52.222-26 -- Equal Opportunity. FAR 52.222-35 -- Equal Opportunity for Veterans. FAR 52.222-36 -- Equal Opportunity for Workers With Disabilities. FAR 52.222-37 -- Employment Reports on Veterans. FAR 52.222-40 -- Notification of Employee Rights Under the National Labor Relations Act. FAR 52.222-41 -- Service Contract Labor Standards. FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. FAR 52.222-43 -- Fair Labor Standards Act and Service Contract Labor Standards--Price Adjustment. FAR 52.222-50 -- Combating Trafficking in Persons. FAR 52.222-54 -- Employment Eligibility Verification. FAR 52.222-55 -- Minimum Wages Under Executive Order 13658. FAR 52.222-62 -- Paid Sick Leave Under Executive Order 13706. FAR 52.223-5 -- Pollution Prevention and Right-to-Know Information. FAR 52.223-18 -- Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR 52.225-13 -- Restrictions on Certain Foreign Purchases. FAR 52.228-5 -- Insurance - Work on a Government Installation. FAR 52.232-33 -- Payment by Electronic Funds Transfer-- System for Award Management. FAR 52.232-40 -- Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-2 -- Service of Protest. FAR 52.233-3 -- Protest After Award. FAR 52.233-4 -- Applicable Law for Breach of Contract Claim. FAR 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation. FAR 52.252-2 -- Clauses Incorporated by Reference. DFARS 252.201-7000 -- Contracting Officer's Representative. DFARS 252.203-7000 -- Requirements Relating to Compensation of Former DoD Officials. DFARS 252.203-7002 -- Requirement to Inform Employees of Whistleblower Rights. DFARS 252.203-7005 -- Representation Relating to Compensation of Former DoD Officials. DFARS 252.204-7000 - Disclosure of Information DFARS 252.204-7008 -- Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012 -- Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.204-7015 -- Notice of Authorized Disclosure of Information for Litigation Support. DFARS 252.211-7003 -- Item Unique Identification and Valuation. DFARS 252.213-7000 -- Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. DFARS 252.215-7008 -- Only one Offer. DFARS 252.225-7012 -- Preference for Certain Domestic Commodities. DFARS 252.225-7031 -- Secondary Arab Boycott of Israel. DFARS 252.225-7048 -- Export-Controlled Items. DFARS 252.225-7050 -- Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. DFARS 252.226-7001 -- Utilization of Indian Organizations, Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns. DFARS 252.232-7003 -- Electronic Submission of Payment Requests and Receiving Reports. DFARS 252.232-7006 -- Wide Area WorkFlow Payment Instructions. DFARS 252.232-7010 -- Levies on Contract Payments. DFARS 252.237-7010 -- Prohibition on Interrogation of Detainees by Contractor Personnel. DFARS 252.239-7001 - Information Assurance Contractor Training and Certification DFARS 252.243-7002 -- Requests for Equitable Adjustment. DFARS 252.244-7000 -- Subcontracts for Commercial Items.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA35/W912JV-18-R-7001/listing.html)
 
Place of Performance
Address: Kingsley Field ANGB, Klamath Falls, Oregon, 97603, United States
Zip Code: 97603
 
Record
SN04991473-W 20180715/180713231005-d9b49c6b3ccd346dfc85deca5edeeafe (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.