MODIFICATION
65 -- Ambulance Support Services - JB MDL, NJ
- Notice Date
- 3/11/2022 3:06:56 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621910
— Ambulance Services
- Contracting Office
- W6QK ACC-PICA PICATINNY ARSENAL NJ 07806-5000 USA
- ZIP Code
- 07806-5000
- Solicitation Number
- W15QKN-22-R-5008
- Response Due
- 3/25/2022 11:00:00 AM
- Archive Date
- 06/17/2022
- Point of Contact
- Jasmyne Peterson, Sr. Contract Specialist, Phone: (609) 562-2485, Julie Cameron, Contracting Officer, Phone: (609) 562-7026
- E-Mail Address
-
Jasmyne.C.Peterson.civ@army.mil, Julie.A.Cameron.civ@army.mil
(Jasmyne.C.Peterson.civ@army.mil, Julie.A.Cameron.civ@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Army Contracting Command � New Jersey (ACC-NJ) anticipates releasing a solicitation to be published in the Contracting Opportunities page at www.SAM.gov on or about 11 March 2022. The solicitation will result in a FIRM-FIXED-PRICE contract with a period of performance of a 5-day Phase In, one 12 month base and four 12 months options years. This pre-solicitation notice is for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, as supplemented with additional information included in this notice. On behalf of the United States Army Support Activity (USASA), Directorate of Plans, Training, Mobilization and Security (DPTMS), the ACC-NJ intends to issue a Request for Quote (RFQ) W15QKN-22-R-5008 for Ambulance Support Services to be performed at USASA � Fort Dix Range Complex located at 9013 Range Rd., JB MDL, NJ 08640 as specified in the Performance Work Statement (PWS). This requirement is open to 100% small businesses. The associated North American Industry Classification System (NAICS) code is 621910 with a small business size standard of $16.5 Million. It is the responsibility of the offeror to review the web page for notice of amendments, updates or changes to the solicitation. No hard copies will be mailed. The proposed contractor must be registered in the System for Award Management (SAM) prior to awarding of any contract resulting from this solicitation. A contractor can contact SAM by calling 1-866-606-8220 or locate registration information at www.fsd.gov. A DUNS (Dun and Bradstreet) number is required in order to register. All invoices subject to payment by the Defense Accounting and Finance Office shall be submitted through the Wide Area Work Flow website. You can register at https://wawf.eb.mil/. � THIS REQUIREMENT IS SOLICITED AS A 100% SMALL BUSINESS SET-ASIDE THIS REQUIREMENT IS SUBJECT TO THE AVAILABILITY OF FUNDS This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5, 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. 1. The purpose of this solicitation is to procure ambulance support services on behalf of the United States Army Support Activity (USASA), Directorate of Plans, Training, Mobilization and Security (DPTMS). The USASA � DPTMS requires New Jersey state and federal certification Emergency Medical Technician - Basic (EMT-B) certified EMT personnel for a full range of emergency response and patient transport ambulance services required for Government authorized recipients of military health care and their beneficiaries, 24 hours a day, seven days a week to be performed at the Fort Dix Range Complex located at 9013 Range Rd., JB MDL, NJ 08640. 2. The Government intends to award a single, firm-fixed-price (FFP) contract. The period of performance for this effort shall consist of a 12-month base period and four, 12-month option periods from date of contract award. 3. The Offeror must be registered in the System for Award Management (SAM) in order to be eligible to receive a Department of Defense contract award. If you need to register in SAM, go to www.SAM.gov. 4. See Federal Acquisition Regulation (FAR) Clause 52.212-1, ""Instructions to Offerors -- Commercial Items"" and FAR 52.212-1, Addendum for additional information. 5. See FAR Clause 52.212-2, ""Evaluation -- Commercial Items"" and FAR 52.212-2, Addendum for basis of award, evaluation criteria and additional information. 6. A Site Visit is available upon request. All requests shall be submitted via email to the Contract Specialist at Jasmyne.C.Peterson.civ@army.mil and the Contracting Officer Representative listed below no later than 10:00AM EST on WEDNESDAY, 16 MARCH, 2022. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 7. All questions regarding this solicitation shall in writing and submitted via email to Jasmyne Peterson, Contract Specialist at Jasmyne.C.Peterson.civ@army.mil and Julie Cameron, Contracting Officer at Julia.A.Cameron.civ@army.mil no later than 10:00AM EST on FRIDAY, 18 MARCH 2022. The questions will be answered all at once and uploaded to the Contract Opportunities website (www.SAM.gov) posting after the question period has closed. 8. COMPLETING A QUOTE FOR SUBMITTAL � � � a. Proposals are due no later than the date and time listed in Block 8 and shall be submitted via email to: Jasmyne Peterson,� � � � � � � � Contract Specialist at Jasmyne.C.Peterson.civ@army.mil and Julie Cameron, Contracting Officer at� � � � � � � � � � � � � � � � � � � � � � � � � � Julie.A.Cameron.civ@army.mil. Updates to this solicitation will be posted on the Contract Opportunities website at� � � � � � � � � � � � � � www.SAM.gov. � � � b. The Offeror shall provide the name, title, address, email address and telephone number of the company/division point of� � � � � � � � � contact regarding business decisions made with respect to the proposal and who can contractually obligate the company. � � � c. The Offeror shall submit a price for each firm-fixed-price Contract Line Item Number for the base period and option periods� � � � � � � � on the Standard Form (SF) 1449 Continuation Sheets of the solicitation. The Government maintains a tax-exempt status. � � � d. The Offeror shall submit a signed SF1449 (Pg.1, Block 30a. Signature of Offeror/Contractor). The Offeror is required to� � � � � � � � � � � complete blocks 17, 30a, 30b and 30c of the SF1449. In doing so, the Offeror accedes to the contract terms and conditions� � � � � � � as written in the solicitation. � � � e. Pricing for each CLIN must be submitted in the proper format.� The proper format consists of QUANTITY * UNIT PRICE =� � � � � � � � AMOUNT/NET AMOUNT.� In the event there is a discrepancy in the calculation, the UNIT PRICE will be held to the intended� � � � � � price multiplied by the QUANTITY.� If the offeror shows only the AMOUNT/NET AMOUNT, but fails to enter a UNIT PRICE,� � � � � � � � the AMOUNT/NET AMOUNT divided by the QUANTITY will be held to be the intended price. � � � f. The Offeror shall provide proof of Valid Certificate of Insurance in accordance with FAR 52.228-5, �Insurance � Work on a� � � � � � � � �Government Installation� and �Required Insurance.� 9. All services shall be performed in accordance with the Performance Work Statement (PWS). 10. See attachment �Technical Exhibit 1� for a list of Government Furnished Property. 11. Offerors shall complete attachment, Standard Form LLL, �Disclosure of Lobbying Activities� if applicable. 12. All offers shall remain valid for 120 calendar days. 13. Attachments: ������� GFP - Technical Exhibit 1 ����������������������������������� Standard Form LLL - Disclosure of Lobbying Activities
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/669c5eb2086141bc95f456f0eac4b785/view)
- Place of Performance
- Address: Joint Base MDL, NJ 08640, USA
- Zip Code: 08640
- Country: USA
- Zip Code: 08640
- Record
- SN06264412-F 20220313/220311230101 (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 |