COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 2, 2001 PSA #2970
SOLICITATIONS
B -- CONSULTANT SERVICES FOR AUDIT OF NSF ANTARCTIC MEDICAL PROGRAM
- Notice Date
- October 31, 2001
- Contracting Office
- National Science Foundation, Division of Contracts, Policy and Oversight, Contracts Branch, 4201 Wilson Boulevard, Suite 475, Arlington, VA 22230
- ZIP Code
- 22230
- Solicitation Number
- CPO 02-0005
- Response Due
- November 16, 2001
- Point of Contact
- Contracting Officer, Patricia S. Williams, (703) 292-4596, or Contract Specialist, Chris Robey, (703) 292-8855
- E-Mail Address
- Click here to contact the contract specialist via (crobey@nsf.gov)
- Description
- CONSULTANT SERVICES FOR AUDIT OF NSF ANTARCTIC MEDICAL PROGRAM. This is a combined synopsis/solicitation for commercial items 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. Solicitation CPO-02-0005 is issued as a request for quotation (RFQ), and the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-01. This procurement is 100% set aside for small business; the associated NAICS code is 541690 and the small business size standard is $5.0M. BACKGROUND. The purpose of this contract is to obtain the services of a consultant (contractor) to provide advice and expertise in support of a review by the National Science Foundation (NSF) Office of Inspector General (OIG) of the medical services provided by Raytheon Polar Services Company (RPSC), the NSF's civilian contractor on the continent of Antarctica. RPSC is managed by the NSF through its Office of Polar Programs (OPP), and is required to maintain and staff medical clinics at three United States research stations in Antarctica. Each clinic operated by RPSC in Antarctica provides medical care comparable to an emergency care/ambulatory care facility in the U.S. RPSC clinical staff must be experienced in providing diagnosis and treatment of injuries and illnesses anticipated in the medically-screened U.S. Antarctic Program population, stabilization of patients for transport to tertiary care facilities off-continent if required (when such evacuation is available), and routine health and wellness care. For emergency care, the clinics approximate Level III Trauma facilities, as defined by the American College of Surgeons. For routine medical care, requirements are based on the needs of a relatively young (average age of 35 years), healthy population. In addition, RPSC is required to provide medical services in field research camps and on two NSF research vessels. STATEMENT OF WORK. The contractor shall provide consulting services to the NSF, on an as-needed basis, to support the NSF review of the medical services provided by Raytheon Polar Services Company (RPSC), NSF's civilian contractor on the Antarctic continent. This will include, but is not limited to, reviewing medical screening guidelines, reviewing medical standard operating procedures (SOP) and protocols, reviewing clinic staffing levels and equipment inventories in relation to station population, and providing advice and expert guidance as to the appropriateness of such guidelines, procedures, protocols, staffing levels and inventories. As part of the consulting services, the contractor will provide a written report regarding its evaluation of the Antarctic medical program. The scope of work will encompass only the written procedures and protocols related to the medical program and will not include on-site reviews at either RPSC's headquarters or the research bases on the Antarctic continent. It is expected that the period of the contract will run from approximately December 1, 2001 to April 30, 2002. DELIVERABLES. Upon initial review of the medical program materials, the contractor will provide a written report addressing the strengths and weaknesses of the program as set out in the written materials. This report shall be provided to the NSF within two months after receipt of the materials; it is expected that the report will be provided no later than January 31, 2002. However, the contractor should be available to provide advice and technical expertise prior to completion of the report. The report should include the rationale for any conclusions reached in the report, and the contractor should be prepared to provide further support for their rationales and conclusions if requested by the NSF. The NSF reserves the right to review the report prior to acceptance for thoroughness, completeness and that conclusions are reasonably supported. Revisions may be requested if the initial report is not acceptable. EVALUATION PLAN. This contract will be awarded to the responsible contractor whose offer conforms to the request for proposal, and is most advantageous to the Government. Technical factors and cost or price will be considered on a best-value basis, with technical factors more important than price. Proposals will be evaluated using the technical factors stated below: (1) Past Performance. The offeror shall provide proof of a satisfactory record of performance, integrity and business ethics. The offeror shall provide client references for all contracts of similar size, scope, and complexity to this contract, under which work has been performed as the Prime Contractor within the last three years. The Contracting Officer may contact the references for verification. Unreachable references may result in disqualification of that client reference. (2) Corporate Experience. In order to have an acceptable proposal, the offeror must describe their firm's experience with contracts of a similar size, scope, and complexity. The offeror shall describe how work performed for each reference relates to NSF requirements. If the work for a client reference is currently in progress, the offeror should have completed or performed enough work so that the reference can offer an opinion or evaluation of the offeror's work. Briefly describe all relevant contracts within the last 3 years. List the most recent reference first. NSF shall select and evaluate at least three references. (3) Personnel. For all personnel providing services under this task order, provide the following: current position in firm; relevant experience related to the requested services; specific training and professional qualifications related to the requested services. (4) Price. This separate proposal shall consist of the labor category and fixed hourly or fixed daily rate and the total fixedprice of the task order. NSF will evaluate the price proposal to determine the overall price of the task order. The completeness and realism of the price proposal will be evaluated. The Government will review the overall price of each offeror's proposal to determine if the price is realistic and reflects a clear understanding of the requirement. GOVERNMENT FURNISHED WRITTEN MATERIAL. The NSF will provide written materials to the contractor regarding the medical program in Antarctica to assist the contractor in providing advice to the NSF. These written materials will include, among other things, staffing lists, equipment lists, pharmacy lists, screening guidelines and medical protocols and standard operating procedures. The NSF will work with the contractor to provide background information to assist in the review of the written materials. DATA. All work performed under this contract is confidential and is not to be released to outside parties without express written permission from the Contracting Officer. PROVISIONS. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial, 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 apply to this acquisition. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offers. DATE, TIME AND PLACE OFFERS ARE DUE. Separate technical and price proposals required. Fax copies of proposals and e-mail proposals will not be accepted. One (1) original and four (4) copies of the technical proposal, and one (1) original and two (2) copies of the price proposal are due Friday, 11/16/01, at 3:00 PM local time, at the National Science Foundation, Division of Contracts, Policy, and Oversight, 4201 Wilson Blvd, Suite 475, Arlington, VA 22230, ATTN: Chris Robey, Contract Specialist. CONTACT FOR INFORMATION REGARDING THE SOLICITATION. Chris Robey, Contract Specialist: phone: (703) 292-8855; e-mail: crobey@nsf.gov. Ref. Number Note 1.* * * * * *
- Record
- Loren Data Corp. 20011102/BSOL001.HTM (W-304 SN512005)
| B - Special Studies and Analyses - Not R&D Index
|
Issue Index |
Created on October 31, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|