Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 29, 2001 PSA #2987
SOLICITATIONS

Q -- HOME HEALTH CARE RN SERVICES

Notice Date
November 27, 2001
Contracting Office
MedCom Contracting Center, ATTN: MCAA C, 2107 17TH Street, Fort Sam Houston, TX 78234-5015
ZIP Code
78234-5015
Solicitation Number
DADA10-02-T-0004
Response Due
December 13, 2001
Point of Contact
ELIZABETH ARISPE, 210-295-4570, FAX 210-295-4378
E-Mail Address
MedCom Contracting Center (elizabeth.arispe@cen.amedd.army.mil)
Description
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; quotes are bein g requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation, solicitation number DADA10-02-T-0004, using Simplified Acquisition Procedures authorized in Subpart 13.5 -- Test Program for Certain Commercia l Items and is expected to result in the award of one firm-fixed price purchase order. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-27. This solicitation is issued as full a nd open, and all responsible offerors may submit an offer which will be considered. Wilford Hall Medical Center, San Antonio, Texas, has an immediate need to contract for the personal services of a registered nurse to perform maternal-child early discharge nursing services and patient home health care services. The contractor shall be licensed by the state of Texas to provide home health care services in compliance with all applicable local, state and federal laws, rules, regulations, and professional stand ards of care. The contractor shall provide a registered nurse who has at least a bachelor of science in nursing degree; a valid, unrestricted license to practice nursing in the state of Texas; a minimum of 24 months experience within the past 60 months; c urrent Basic Life Support Certificate, Advanced Cardiac Life Support and Pediatric Advance Life Support or Neonatal Resuscitation Program training; and is competent in a current computer word processing software program and proficient in using Windows 95. Period of performance will be 9 months (estimated 1,380 hours) 02 Jan 02 through 30 Sep 02 (CLIN 0001), with four 12-month options (CLINS 0002, 0003, 0004, 0005) with an estimated 1,840 hours per year. Normal duty hours will be 8 hours per day, excluding lunch, 40 hours per week, Monday through Friday. However, home visits may be required on weekends and holidays. The work schedule will be adjusted to remain within the allocated number of hours for the pay period. STATEMENT OF WORK may be requested via e-mail at the following address: elizabeth.arispe@cen.amedd.army .mil and is hereby incorporated into and made a part of this solicitation and any resulting contract. Wage Determination No. 94-2522, Revision No. 19, 08/02/2001, is hereby incorporated into this solicitation and any resultant award as Technical Exhibit 1 . Wage Determination can be obtained at http://acqnet.saalt.army.mil/labor/ default.htm or it will be furnished upon request to above email address. The following FAR clauses and provisions apply and are incorporated by reference: FAR 52.212-1 Instructi ons to Offerors-Commercial Items (See Addendum below); FAR 52.212-2, (fill-in: In descending order of importance: past performance and price); FAR 52.212-3 Offeror Representation and Certification-Commercial Items; FAR 52.212-4 Contract Terms and Condition s-Commercial Item; FAR 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. Within FAR 52.212-5(b), the following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alt I; 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for D isabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.225-13, Restriction on Certain Foreign Purchases; and 52.2 32-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Within FAR 52.212- 5(c), the following clauses apply: 52.222-4, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires, (fill-in: $21.45/hr; $6.33 fringe benefits); 52.222-43, Fair Labor Standards Act and Service Contract Act-Pr ice Adjustment (Multiple Year and Option Contracts). The following FAR clauses and provisions also apply: 52.224-1 Privacy Act Notification; 52.224-2, Privacy Act; 52.232-18, Availability of Funds; 52.217-8, Option to Extend Services (fill in: 15 calenda r days prior to expiration of the contract); 52.217-9 Option to Extend the Term of the Contract (fill in: 15 calendar days prior to expiration of the contract; 60 months); The following Defense FAR Supplement (DFARS) provisions and clauses apply and are i ncorporated by reference: DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items, 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Item s. Within 252.212-7001(a), the following apply: 252.205-7000, Provision of Information to Cooperative Agreement Holders and 252.243-7002, Requests for Equitable Adjustment. Copies of any of the referenced FAR and DFARS clauses and provisions may be found at http://farsite.hill.af.mil/. Addendum to 52.212-1: 52.212-1(a) NAICS is 621610. Size Standard is $10,000,000.00; 52.212-1(b)(6) In addition, price shall be for CLINs 0001 through 0005; 52.212-1(b)(8) In addition, complete representations and certific ations at DFARS 252.212-7000; 52.212-1(b)(10) In addition, provide references with whom recent past performance can be verified. Include the contract number, dollar value, name, title, phone number of a person with whom to speak regarding your performance , and summary of the scope of work. Information regarding past performance that is obtained from other sources may be considered by the Government. Offerors are encouraged to submit alternate proposals detailing their capability to perform in relation to the stated scope of work. Responses to this solicitation are due no later than 4:00 PM Central Time, 13 Dec 01, and may be faxed to 210-295-4378, e-mailed to elizabeth.arispe@cen.amedd.army.mil or delivered to the MEDCOM Contracting Center at the address shown elsewhere in this notice.
Web Link
Army Single Face to Industry (http://acquisition.army.mil)
Record
Loren Data Corp. 20011129/QSOL003.HTM (D-331 SN5138C6)

Q - Medical Services Index  |  Issue Index |
Created on November 27, 2001 by Loren Data Corp. -- info@ld.com