Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
MODIFICATION

Q -- Medical Records Technician

Notice Date
9/5/2018
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for DC, 189 Poremba Ct., Anascostia Naval Air Station, Washington, District of Columbia, 20315-0350
 
ZIP Code
20315-0350
 
Solicitation Number
W912R118R0006
 
Archive Date
9/21/2018
 
Point of Contact
Jacqueline M. Brown, Phone: 2024333142, Willie C. Weatherspoon, Phone: 7036016810
 
E-Mail Address
jacqueline.m.brown.mil@mail.mil, willie.c.weatherspoon.mil@mail.mil
(jacqueline.m.brown.mil@mail.mil, willie.c.weatherspoon.mil@mail.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Medical Records Tech Support Services 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; quotes are being requested and a written solicitation will not be issued. Solicitation W912R118R0006 is issued as a Request for Quote (RFQ). This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-101. This acquisition is reserved for 100% Woman Owned Small Business Concerns. The associated NAICS code for this acquisition is 541611; Standard Industrial Classification code is Q602; Small Business size standard is 15M. SCHEDULE OF SUPPLIES/SERVICES: CLIN Structure CLIN 0001 - Medical Records Technician (FFP): The Contractor shall provide Medical Records Technician Services to support the Individual Medical Readiness program in accordance with (IAW) the Performance Work Statement (PWS), dated 26 April 2018, attached hereto. Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE) CLIN 0002 - Medical Records Technician (FFP): The Contractor shall provide Medical Records Technician Services to support the Individual Medical Readiness program IAW PWS, dated 26 April 2018, attached hereto. Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE) CLIN 0003 - Medical Records Technician (FFP): The Contractor shall provide Medical Records Technician Services to support the Individual Medical Readiness program IAW PWS, dated 26 April 2018, attached hereto. Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE) CLIN 0004 - Contractor Manpower Reporting Application (CMRA) (FFP): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. (OPTION YEAR 1) CLIN 1001 - Medical Records Technician (FFP): The Contractor shall provide Medical Records Technician Services to support the Individual Medical Readiness program IAW PWS, dated 26 April 2018, attached hereto. Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE) (OPTION YEAR 1) CLIN 1002 - Medical Records Technician (FFP): The Contractor shall provide Medical Records Technician Services to support the Individual Medical Readiness program IAW PWS, dated 26 April 2018, attached hereto. Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE) (OPTION YEAR 1) CLIN 1003 - Medical Records Technician (FFP): The Contractor shall provide Medical Records Technician Services to support the Individual Medical Readiness program IAW PWS dated, 26 April 2018, attached hereto. Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE) (OPTION YEAR 1) CLIN 1004 - Contractor Manpower Reporting Application (CMRA)(FFP): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. (OPTION YEAR 2) CLIN 2001 - Medical Records Technician (FFP): The Contractor shall provide Medical Records Technician Services to support the Individual Medical Readiness program IAW PWS, dated 26 April 2018, attached hereto. Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE). (OPTION YEAR 2) CLIN 2002 - Medical Records Technician (FFP): The Contractor shall provide Medical Records Technician Services to support the Individual Medical Readiness program IAW PWS, dated 26 April 2018, attached hereto. Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE). (OPTION YEAR 2) CLIN 2003 - Medical Records Technician (FFP): The Contractor shall provide Medical Records Technician Services to support the Individual Medical Readiness program IAW PWS, dated 26 April 2018, attached hereto. Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE). (OPTION YEAR 2) CLIN 2004 - Contractor Manpower Reporting Application (CMRA)(FFP): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. (OPTION YEAR 3) CLIN 3001 - Medical Records Technician (FFP): The Contractor shall provide Medical Records Technician Services to support the Individual Medical Readiness program IAW PWS, dated 26 April 2018, attached hereto. Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE). (OPTION YEAR 3) CLIN 3002 - Medical Records Technician (FFP): The Contractor shall provide Medical Records Technician Services to support the Individual Medical Readiness program IAW PWS, dated 26 April 2018, attached hereto. Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE). (OPTION YEAR 3) CLIN 3003 - Medical Records Technician (FFP): The Contractor shall provide Medical Records Technician Services to support the Individual Medical Readiness program IAW PWS, dated 26 April 2018, attached hereto. Include labor categories proposed, number of hours per labor category with rationale for the mix and skill levels to be employed. Include all subcontracted hours with the same rationale (see attached cost proposal template). Quantity: One (1) (FTE). (OPTION YEAR 3) CLIN 3004 - Contractor Manpower Reporting Application (CMRA)(FFP): The Contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract, for the District of Columbia Air National Guard; via a secure data collection site. The Contractor shall completely fill in all required data fields using the following web address: http://www.ecmra.mil/. Reporting inputs shall be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. This solicitation is for the procurement of Medical Records Technician Support Services, IAW the attached PWS. The Period of Performance (PoP) is one (1) year, with three (3) twelve (12) month option years, from the date of award. Schedule Date: Solicitation Posted 08/26/18 Questions Due 08/31/18 Answers Posted 09/04/18 Quotes Due 09/06/18 no later than (NLT) 5PM Eastern Standard Time (EST) FOB Destination point is: DC National Guard Armory 2001 E Capitol St, SE Washington, DC 200003 The provision FAR 52.212-1, Instructions to Offerors, Commercial in its latest edition applies to this solicitation. The Government intends to award a contract to the offeror providing the best value; that is, price and past performance. The Government reserves the right to award a contract without discussions with respective offerors. Specifications are stated in the CLIN descriptions above. The Government, however, reserves the right to conduct discussions if deemed in its best interest. The Contractor shall submit a complete offer to include: 1.) A detailed breakout of all pricing (via the Cost Breakout Sheet); 2.) Past Performance Questionnaire; and 3.) DD 254 NOTE: If a Contractor does not submit the required information requested above, their quote may not be considered for award and determined technically unacceptable. Offerors are to include a completed copy of the provision at 52.212-3 Alt 1, Offeror Representations and Certifications - Commercial Items with their offer. This can be completed electronically at https://orca.bpn.gov/. The clause FAR 52.212-4, Contract Terms and Conditions - Commercial Items in its latest edition applies to this solicitation. The following clauses in their latest editions apply to this acquisition: FAR: 52.212-5 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders 52.213-1, Fast Payment Procedure 52.203-6, Restrictions on Subcontractor Sales to the Government--Alternate I 52.204-16, Commercial and Government Entity Code Reporting. 52.204-18, Commercial and Government Entity Code Maintenance. 52.204-22, Alternative Line Item Proposal 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations. 52.212-4, Contract Terms and Conditions-Commercial Items 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside of Total Small Business Set-Aside 52.219-28, Post Award Small Business Program Representation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-41, Service Contract Labor Standards 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration 52.232-40, Providing Accelerated Payments to Small Business Subcontractors 52.233-3, Protest After Award 52.233-4, Applicable Law for Breach of Contract Claim 52.243-1, Changes-Fixed Price 52.252-2, Clauses Incorporated by Reference 52.252-4, Alterations in Contract 52.252-5, Authorized Deviations in Provisions 52.252-6, Authorized Deviations in Clauses DFARS: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials. 252.203-7994, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation (DEVIATION 2017-O0001) (NOV 2016) 252.203-7995, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (DEVIATION 2017-O0001) (NOV 2016) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support. 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law. 252.212-7001 (deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations. 252.232-7003, Electronic Submission of Payment Requests 252.232-7010, Levies on Contract Payments 252.225-7000, Buy American-Balance of Payments Program Certificate. 252.225-7031, Secondary Arab Boycott of Israel. 252.225-7048, Export-Controlled Items. 252.232-7006, Wide Area WorkFlow Payment Instructions. 252.244-7000, Subcontracts for Commercial Items. 252-247-7023, Transportation of Supplies by Sea. The following additional provisions are incorporated by reference: 52.214-31, Facsimile Bids 52.219-1 Alt 1, Small Business Program Representations 52.225-2, Buy American Act Certificate 52.252-1, Solicitation Provisions Incorporated by Reference Past Performance Questionnaires - Offerors are required to submit three (3) past performance questionnaires only. Offerors shall complete Section 1 of the Past Performance Questionnaire, by the prescribed time/date, and submit to the USPFO Contracting office. The USPFO Contracting office shall contact the respondents, identified in Section 1 of the submitted forms, and complete the remaining sections of the questionnaire. If no past performance questionnaires are received, the offeror will receive a neutral rating. Moreover, past performance questionnaires shall be relevant; that is, similar to the tasks specified in the PWS. Non relevant past performance questionnaires will receive a neutral rating as well. Past Performance Questionnaires are due on/before 5PM EST, September 06, 2018. Offerors shall submit the Past Performance Questionnaires directly to ng.dc.dcarng.mbx.pc-requirement-request@mail.mil; and jacqueline.m.brown.mil@mail.mil. All information relating to this solicitation, including, changes/amendments, questions, and answers will be posted on the following website: http://www.FBO.gov. Formal communications, such as request for clarifications and/or information concerning this solicitation must be submitted in writing or via e-mail to the address below. All answers (on a non-attribution basis) will be posted on the acquisition. http://www.FBO.gov. The questions and answers will be contained in a document titled "Questions and Answers." Offerors are requested to submit questions to the email address noted below not later than, 12 PM EST, August 31, 2018. Terms of the solicitation and specification remain unchanged unless the solicitation is amended in writing by the Contracting Officer. If an amendment is issued, normal procedures relating to the acknowledgement and receipt of solicitation shall apply. Award can only be made to contractors registered in SAMs (https://www.sam.gov/). All Offers are due no later than (NLT) 5PM EST, September 06, 2018. All responsible sources that submit an offer, if timely received, shall be considered by the agency. All offers will be submitted by email to ng.dc.dcarng.mbx.pc-requirement-request@mail.mil; jacqueline.m.brown.mil@mail.mil; and willie.c.weatherspoon.mil@mail.mil. Point of Contact for this solicitation is SFC Jacqueline Brown (202) 433-3142.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA49/W912R118R0006/listing.html)
 
Place of Performance
Address: DC Armory, 2001 East Capital Street, SW, Washington, District of Columbia, 20003, United States
Zip Code: 20003
 
Record
SN05074271-W 20180907/180905231729-7b394283c5bb039067ad88c52acac6aa (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.