MODIFICATION
Q -- Medical Services NIOSH Morgantown, WV
- Notice Date
- 1/21/2025 11:50:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621498
— All Other Outpatient Care Centers
- Contracting Office
- CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
- ZIP Code
- 30333
- Solicitation Number
- 75D30125Q00070
- Response Due
- 1/31/2025 11:00:00 AM
- Archive Date
- 02/15/2025
- Point of Contact
- Joseph Butkus, Mark Draluck
- E-Mail Address
-
jbutkus@cdc.gov, mdraluck@cdc.gov
(jbutkus@cdc.gov, mdraluck@cdc.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Federal Acquisition Requirements (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. The solicitation number for this requirement is 75D30125Q00070 and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures. The Centers for Disease Control and Prevention (CDC) intends to award a firm-fixed-price contract ) to provide physicals and medical surveillance programs to CDC/National Institute of Safety and Health (NIOSH) Morgantown employees as detailed in the attached Performance Work Statement (PWS). This contract will have a period of performance of one base year and four one-year option periods as follows, Base Period: Mar 1, 2025, to Feb 28, 2026 Option Period One: Mar 1, 2026, to Feb 28, 2027 Option Period Two: Mar 1, 2027, to Feb 29, 2028 Option Period Three: Mar 1, 2028, to Feb 28, 2029 Option Period Four: Mar 1, 2029, to Feb 28, 2030 Offerors shall submit a technical proposal, not to exceed ten pages, that demonstrates their ability to meet all requirements identified in the PWS. Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience, and will base its evaluation on the information presented in the offeror�s proposal. The offeror�s price proposal shall include pricing for each element identified in the attached pricing table for the base year and all option years. Failure to price all elements may make the proposal ineligible for award. The Government will evaluate offerors� proposed price by multiplying the individual proposed service prices by the estimated quantities for each service shown in the PWS for each year of the contract. The Government intends to determine price reasonableness based on adequate price competition. As needed, the Government may also apply additional evaluation techniques in accordance with FAR 13.106-3(a). Additionally, the Government reserves the right to conduct a price realism evaluation, utilizing one or more of the techniques described in FAR 13.106-3(a). A price realism evaluation will assess whether the proposed prices and technical approach demonstrate a clear and adequate understanding of the requirement. Quoted prices determined to be unrealistically low may indicate a risk of non-performance or inability to meet contract requirements due to insufficient understanding of the requirement. Such quotations may be deemed ineligible for award. Proposed prices will be reviewed to identify unbalanced pricing. Unbalanced pricing occurs when the unit price of one or more items or services is significantly overstated or understated, as demonstrated through price analysis techniques. If the Contracting Officer determines that unbalanced pricing poses an unacceptable risk to the Government, the proposal may be deemed ineligible for award. Evaluation of options shall not obligate the Government to exercise the option(s). Each option period will be evaluated as shown above for the base period with the price analysis conducted in accordance with FAR 13.106-3(a). As part of price evaluation, the Government will evaluate its option to extend services (FAR Clauses 52.217-8 � Option to Extend Services) by adding � of the Offeror�s final option period prices to the Offeror�s total price. Offerors are required only to price the base, 1st, 2nd, 3rd, and 4th option periods. Offerors shall not submit a price for the potential on-half year extension of services period. The quote format is at the discretion of the offeror. Specific place of performance information is provided in the PWS. It is the offeror's responsibility to be familiar with the applicable clauses and provisions. Clauses and provisions may be accessed via the Internet at website http://acquisition.gov. This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2025-02 (Jan 3, 2025). This acquisition is set aside for Small Business under North American Industry Classification System (NAICS) code 621498 and small business size standard of $25.5 million. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at http://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220. Include FAR 52.212-3, Offeror Representations and Certifications with Offer or indicate if it is available online at SAM.gov. The government anticipates selecting the best- suited offeror from initial responses, without engaging in exchanges with offerors. Offerors are strongly encouraged to submit their best technical solutions and price in response to this RFP. Once the government determines the offeror that is the best-suited (i.e., the apparent successful contractor), the government reserves the right to communicate with only that offeror to address any remaining issues, if necessary, and finalize a purchase order with that offeror. These issues may include technical and price. If the parties cannot successfully address any remaining issues, the Government reserves the right to communicate with the next best-suited offeror based on the original analysis. Award will be made to the lowest priced technically acceptable offeror whose proposal demonstrates the ability to perform the tasks listed in the PWS. No telephonic quotes will be processed. All responses must be received no later than 2:00pm Eastern Standard Time on Jan 31, 2025. Any questions must be received no later than 2:00pm Eastern Standard Time on Jan 24, 2025. Please send any questions and quotes to Joseph Butkus at jbutkus@cdc.gov. The incumbent contractor is Apple Occupational Medical Services LLC, contract #75D30119D04019. Attachments: 1. Performance Work Statement with PWS attachments 2. Pricing Table 3. Clauses and Provisions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c853217e00684f29849a70655c478599/view)
- Place of Performance
- Address: Morgantown, WV 26505, USA
- Zip Code: 26505
- Country: USA
- Zip Code: 26505
- Record
- SN07317737-F 20250123/250121230059 (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 |