Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2020 SAM #6761
MODIFICATION

Q -- GSA Assisted Acquisition Services (R10) Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA) Hospital Support Services

Notice Date
6/1/2020 12:28:30 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
GSA FAS AAS REGION 10 AUBURN WA 98001 USA
 
ZIP Code
98001
 
Solicitation Number
R10AASTXR0001
 
Response Due
6/15/2020 2:00:00 PM
 
Archive Date
06/30/2020
 
Point of Contact
Brandon York, Phone: 2539317884, Hope Mitchell, Phone: 2539317136
 
E-Mail Address
brandon.york@gsa.gov, hope.mitchell@gsa.gov
(brandon.york@gsa.gov, hope.mitchell@gsa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
On behalf of the Department of Homeland Security (DHS) Federal Emergency Management Agency (FEMA), This is a combined synopsis/solicitation for GSA to issue a FAR 16.703 Basic Ordering Agreement (BOA) (not a BPA) with only General Services Administration (GSA) and Veterans Administration (VA) Multiple Award Schedule (MAS) contractors that may utilize Contractor Teaming Arrangements to provide one or all of the identified components.� The intent is for specific order requirements to be competed among BOA holders using FAR 8.4 ordering procedures. Only holders of the BOA will be eligible to compete for orders. Due to the urgency of this request, establishing BPAs IAW FAR 8.405-3 is not feasible. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. GSA is issuing this Request for Proposal (RFP) R10AASTXR0001 for Temporary Hospital Support Supplies and Services in accordance with the provided Performance Work Statement (PWS). This is set aside 100% for small businesses under NAICS 621999 - All Other Miscellaneous Ambulatory Healthcare Services with a small business size standard of $16.5M. All respondents must have a one or more General Services Administration (GSA) and Veterans Administration (VA) Multiple Award Schedule (MAS) contractors that can utilize Contractor Teaming Arrangements to provide one or all of the identified components. �� Scope: FEMA may require temporary hospital support supplies and services to accommodate an increase in patient population due to the Coronavirus (COVID-19) Pandemic in the states of Washington, Oregon, Idaho and Alaska.� If requested, facilities would need to accommodate Non-COVID-19 and/or COVID-19 patients due to a lack of bed space in the existing medical system.�� Proposal Evaluation: Evaluation of offerors will be conducted in accordance with FAR 8.405-2 (d). Only contractors with current GSA Schedules and/or VA MAS shall be considered. The Government will issue a BOA(s) as a result of this RFP to the responsible offeror(s) whose proposal(s) have been determined to meet the requirements set forth by the evaluation factors listed below. All BOA(s) will only be made to the responsible offerors whose offer conforms to all the RFP requirements as detailed below. The Government will issue a BOA as a result of this solicitation to the responsible offeror(s) whose proposal(s) are determined to offer that meet the Government�s need in accordance with FAR 8.404 (d) considering all factors as stated below: TECHNICAL APPROACH: Provide a narrative on the process that you will use to complete work in accordance with the schedule of items for each component and statement of work. If a Contractor Teaming Agreement (CTA) is being submitted by the Offeror, each member of the CTA must be identified in the Capabilities Statement to include current GSA Schedule and/or VA contracts. Capabilities Statements shall identify the structure of the agreement to include the main integrator and subordinate team members. Offerors shall provided details on (but not limited to) the following: Level of care and any limitations Where/how medical personnel are sourced Management of credentials and licenses Inventory control management Mobilization and demobilization plans for all personnel and patient care equipment/supplies Detailed summary of wrap around services for medical personnel and patients Facilities management Custodial services �Security � personnel and physical barriers (as required) Waste/ hazardous/medical waste collection, management and disposal Laundry Medical Personnel support Patient support and service PAST EXPERIENCE: A list of previous work completed similar to the work contemplated under this BOA over the past five years with references and accurate contact information for the references provided.� The Offeror may use any format to provide the information requested, provided adequate information is provided to perform an evaluation of past performance. QUOTE PREPARATION INSTRUCTIONS The offeror(s) advised to carefully read and understand the proposal content of the RFP. The proposal shall clearly demonstrate the offeror's understanding of the overall and specific requirements of the PWS and convey the offeror�s capabilities for transforming their understanding into accomplishments for performing the RFP. Information requested herein must be furnished fully and completely in compliance with instructions. The information requested and the manner of submission is essential to permit prompt evaluation of all proposals on a fair and uniform basis. Simple statements of compliance (i.e., �understood�; �will comply�) without the detailed description of how compliance will be met may not be considered sufficient evidence that the proposed services can technically meet the requirements of this RFP. Accordingly, any proposal in which material information requested is not furnished, or where indirect or incomplete answers or information are provided may be considered not acceptable. Changes to the proposal by the offeror shall be accomplished by amended page(s). Any changes from the original page shall be indicated by a vertical line, adjacent to the change, on the outside margin of the page. The offeror shall include the date of the amendment on the lower right hand edge of the page. Proposal amendments will be allowed only prior to the due date for quotes. Quote revisions shall be permitted only at the Contracting Officer�s request.� Offerors are to submit each evaluation factor in separate volumes. Each volume is limited to 10 pages. Electronic copies submission (no hard copy quotes will be accepted): Emails may include all two (2) volumes in one email, and/or multiple emails with each volume clearly marked as an attachment, so long as all two (2) separate files are received prior to closing date and time. Offeror(s) who fail to submit one (1) or more of the required files will be removed from consideration and further evaluation beyond the initial evaluation and review by the Contracting Officer. Any questions pertaining to this solicitation must be sent via email to brandon.york@gsa.gov on or before June 4, 2020 at 16:00 CST. All questions will be answered in an Amendment to this solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2411f7225fcb442d870c25029d3cd2f0/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05675488-F 20200603/200601230141 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.