SOLICITATION NOTICE
Q -- NSF Health Services
- Notice Date
- 11/16/2004
- Notice Type
- Solicitation Notice
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- National Science Foundation, Division of Acquisition and Cost Support, DACS, 4201 Wilson Boulevard Room 475, Arlington, VA, 22230
- ZIP Code
- 22230
- Solicitation Number
- DCCA-050002
- Response Due
- 12/2/2004
- Archive Date
- 12/17/2004
- Description
- This is a combined synopsis/solicitation for commercial items following the Test Program at FAR Subpart 13.5. This solicitation is prepared in accordance with the format in FAR Subpart 12.6 and as supplemented with additional information included in this notice and at the National Science Foundation (NSF) website for this solicitation: http://www.nsf.gov/home/about/contracting/index.cfm. This announcement constitutes the only solicitation or Request for Quote (RFQ) and will follow Simplified Acquisition Procedures (SAP), FAR Part 13. Responses are requested pursuant to this announcement. All responses shall reference Solicitation No. DCCA-050002. This solicitation incorporates all of the applicable provisions and clauses in effect through FAC 01-25, as if stated in full text, as well as the terms and conditions of FAR 52-212-1. The NSF anticipates awarding a firm fixed-price commercial items contract as a result of this solicitation. The anticipated period of performance is five years with one (1) base year and an option for up to four (4) additional years. This solicitation is being solicited on an unrestricted basis. The North American Classification Code System (NAICS) code 621111, and 8.5 million annually is the size standard. CONTRACT LINE ITEM NUMBERS (CLIN) - The following items are required to support the Government operations at the NSF. The Contractor shall provide health care services and supplies in accordance with the following: BASE YEAR CLIN DESCRIPTION QTY UNIT UNIT PRICE 0001 Health Unit Services 1 Year OPTION YEAR ONE CLIN DESCRIPTION QTY UNIT UNIT PRICE 0002 Health Unit Services 1 Year OPTION YEAR TWO CLIN DESCRIPTION QTY UNIT UNIT PRICE 0003 Health Unit Services 1 Year OPTION YEAR THREE CLIN DESCRIPTION QTY UNIT UNIT PRICE 0004 Health Unit Services 1 Year OPTION YEAR FOUR CLIN DESCRIPTION QTY UNIT UNIT PRICE 0005 Health Unit Services 1 Year PURPOSE - As a general overview, the services provided by the NSF Health Unit under this contract include emergency treatment, fitness-for-duty examinations, counseling and assistance under the Employee Assistance Program, preventive health screening examinations, treatment and/or assessment of on-the-job illnesses and injuries, authorization for emergency medical treatment at another facility, employee health maintenance examinations, general medical services which help keep employees at work, administration of allergy shots and other immunizations, and advice and support of the medical issues related to NSF?s Office of Polar Programs. SCOPE OF WORK - The Contractor shall provide personnel with supervision to conduct a comprehensive program of occupational medicine for the NSF located at, 4201 Wilson Boulevard, Suite 265, Arlington, VA 22230 REQUIREMENTS The Contractor shall furnish the necessary personnel, material, equipment, and services to perform the Statement of Work provided at http://www.nsf.gov/home/about/contracting/index.cfm. INSTRUCTION TO OFFERERS All questions pertaining to the RFQ shall be submitted electronically to jleithea@nsf.gov. All questions regarding the RFQ are due by 2PM November 22, 2004. Receipt of late questions will not result in an extension to the response due date, and NSF does not guarantee that answers will be provided before the response due date. In addition to the provisions of 52.212-1, Instructions to Offerors-Commercial Items, the offeror shall submit a narrative proposal that does not exceed twenty-five (25) pages in length (excluding cover sheet, table of contents, resumes of proposed personnel, certifications and representations, and past performance information), for the following sections (and subsections as the offeror deems appropriate): Section 1 ? Staffing Plan Section 2 ? Management Capability Section 3 ? Experience/Past Performance Section 4 ? Preventive Health Services Section 5 ? Price Proposals should address how the offered services can meet all the requirements delineated in Section C, Description/Specification/Work Statement. Offerors shall address the requirements with the evaluation factors in mind (see Evaluation Factors for Award, FAR 52.212-2, below). In Section 1 of the proposal, offerors shall provide resumes for the Physician, RN/Head Nurse, RN/Staff Nurse, and Medical Secretary. In Section 3 of the proposal, the Offeror shall provide a point of contact, contract title, contract number, period of performance, dollar amount and description of work performed for the same or similar type services. Prices for the services described in this RFQ shall be submitted in the format shown in the section entitled ?Contract Line Item Numbers (CLIN)?. Offerors shall break down each CLIN by unit price and total price for each contract period. Offerors shall include the cost for medications, medical supplies, and other direct costs for this requirement in their firm fixed price for each Contract Line Item Number (CLIN). Offerors shall include a completed copy of the provision at 52.212-3, ?Offeror Representations and Certifications ? Commercial Items? in Section 5 of their proposal.? Proposals shall be submitted via email to jleithea@nsf.gov no later than 2:30 p.m., local time, on December 2, 2004. EVALUATION FACTORS FOR AWARD 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following four technical factors (with corresponding subfactors) shall be used to evaluate offers: 1. Staffing Plan This factor includes the number of trained persons to be assigned under the contract. The plan for replacement and training of staff (i.e., to cope with staff turnover). The capacity to provide staff on short notice (i.e., cope with absenteeism). The capability of obtaining laboratory tests and or specialized consultation as needed. The capability of staff to deal with medical emergencies. The capacity to provide initial counseling, diagnoses, and referral in cases of emotional or psychiatric illness, drug dependence, etc. 2. Management Capability This includes the capability to coordinate health services efficiently and effectively. Ability to schedule physician?s time for maximum advantage. Retention of current Health Unit employees. 3. Experience/Past Performance This factor includes the experience of the Offeror and/or key staff members in an industrial or occupational health environment for other agencies or companies as demonstrated in their resumes and other information. Successful delivery of occupational health services to other employing agencies. Maintenance of a positive working relationship with those agencies. Customer satisfaction with contractor performance. 4. Preventive Health Services This factor evaluates the commitment of the Offeror to provide preventive medical screenings. The Government will give credit under this factor to an Offeror who proposes one or more additional medical screening programs, examples provided below, as well as other additional medical screenings or educational programs that the Offeror will conduct if selected as the Contractor: Blood profile screening Chest X-ray Pap Smear Mammography Technical factors 1, 2, 3, and 4, will be scored 40, 25, 25, and 10, respectively. The technical factors 1 through 4, above, when combined, are more important than price/cost. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. BASIS OF AWARD - Proposals that do not conform to all requirements and/or do not address all the evaluation factors outlined above will be rejected without further consideration. Award will be made to the responsible offeror who satisfies all requirements and whose proposal is determined to offer the greatest value and most advantage to the Government. The source selection decision shall be based on a comparative assessment of proposals against all source selection criteria in the solicitation. The award will include the clauses cited at FAR 52.212-4 - Contract Terms and Conditions - Commercial Items. The FAR Clause 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (see those that apply) and the NSF specific clauses provided at http://www.nsf.gov/home/about/contracting/index.cfm. Offerors must be registered in the Central Contractor Registration (CCR, at www.ccr.gov) in order to be eligible for award. The point of contact for information regarding this solicitation is Jeff S. Leithead at 703-292-4595.
- Record
- SN00709088-W 20041118/041116212243 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |