Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2004 FBO #1131
SOURCES SOUGHT

R -- The Department of Defense Medical Examination Review Board (DODMERB) contract at The U.S. Air Force Academy. Follow-on acquisition for professional medical services.

Notice Date
12/29/2004
 
Notice Type
Sources Sought
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of the Air Force, Direct Reporting Units, 10 MSG/LGC, 8110 Industrial Drive Suite 200, USAF Academy, CO, 80840-2315
 
ZIP Code
80840-2315
 
Solicitation Number
DODMERB1
 
Response Due
1/12/2005
 
Description
THIS IS A MODIFICATION TO A PREVIOUS SOURCES SOUGHT SYNOPSIS. NOTE THE CHANGE IS NAICS CODE TO 621999, AND RESPONSE DUE DATE 12 January 2005. The Department of Defense Medical Examination Review Board (DODMERB), located at the U. S. Air Force Academy, is seeking qualified, interested sources for the re-competition of the DODMERB contract for professional medical services. Qualified small businesses, as defined in Federal Acquisition Regulation (FAR) Part 19, are encouraged to respond. The DODMERB contract provides for professional medical services to accomplish complete medical, audiometric, and optometric ?screening? examinations for the United States Service Academies (Air Force, Army, Navy, and Coast Guard, and Merchant Marine), Reserve Officer Training Corps. (ROTC), and the Uniformed Services University of Health Sciences (USUHS). Required services shall be performed throughout the United States and it?s territories. Therefore the contractor is required to establish/provide multiple examination centers at various locations throughout the country and territories as specified. The contract is expected to begin 1 Oct 2005 with a 30-day phase-in (01? 30 September 2005). The basic period of performance is anticipated to be one year, with 4 one-year options. However, a longer period of performance is being considered (i.e., two-year base with 4 two-year option periods (10-year total contract period)). Contracted services include, but are not limited to, providing for the professional examinations as listed above, along with personnel management, information technology capable of receiving and sending data electronically to a web based, hypertext protocol secure (https) client server, and the ability to maintain a database of scheduled applicants, and be able to prepare management reports. The approximate number of examinations annually for this effort is 24,000 (2000 per month). However, this number is only approximate based on historical data, and is not to be considered exact or binding. Interested and qualified sources are requested to provide a statement of current capability and past performance information no later than 12 January 2005, 1400 local time. Sources must demonstrate management and technical experience on similar acquisitions, specifically addressing the requirements specified in this synopsis, and demonstrate the ability to obtain the resources necessary to successfully compete for this requirement. Interested and qualified sources are requested to provide the following information: (1) Company name, address, telephone and facsimile numbers, point of contact, e-mail address, business size (North American Industry Classification System (NAICS) is 621111), and general description of the company and services provided. (2) A list of your company's most recent and relevant DOD or commercial contracts (not to exceed 4) to include contract number, place of performance, customer point of contact, telephone number, contract type, amount of award, period of performance and a brief description of the services required and whether performance was considered acceptable or an explanation for performance problems noted. Respondents are asked to limit submissions to eight (8) pages or less (if practical), or minimum number of pages necessary to address your company?s capability. Graphics and pictures must be kept to a minimum. All data may be mailed, faxed or e-mailed to the contacting officer specified below. Respondents who submit proprietary data shall clearly mark the data with appropriate markings. Multiple awards are not being considered. A fixed-price type contract is contemplated. A source selection will be conducted in accordance with AFFARS 5315 at The United States Air Force Academy, CO. Solicitation documentation will be released incrementally on the worldwide web at the following website: http://www.fedbizopps.gov/ (FedBizOpps), as it becomes available. Interested parties must check the site for new documents and updates on a regular basis. Potential offerors are invited to submit questions, comments, and suggestions concerning any and all documents. In the interest of creating the highest quality package possible, all questions and comments will be reviewed and considered by the Government. Answers to questions received will appear at FedBizOpps (hereafter referred to as ?website?) when considered appropriate by the Contracting Officer. Draft documents will be revised periodically and posted to the website when considered practical. Documents may be downloaded from the website; the Government does not intend to provide hard copies of any documents. No telephone calls for these documents will be accepted. This synopsis is for information and planning purposes only, and does not constitute a solicitation for bids/proposals. The Government will not pay for any information submitted as a result of this synopsis. The USAFA point of contact is: Contracting Officer ? Mr. Jan K. Christensen, 8110 Industrial Drive, Suite 200, USAFA CO 80840, FAX: 719-333-6608, e-mail address: jan.christensen@usafa.af.mil; Acquisition lead ? Mr. Larry Mullen, Fax: (719) 333-3578/3569, e-mail address: Larry.Mullen@dodmerb.tma.osd.mil. Please note that all prospective contractors must register with the Central Contractor Registration (CCR) database to contract with the Department of Defense. To learn more about this CCR requirement and how to register, please visit the CCR website at http://www.ccr.gov/ or call 1-888-227-2423. NOTE: As of 01 January 2005 Contractors are required to submit Representations and Certifications on-line. A new Federal Integrated Acquisition Environment (IAE) initiative called the ?Online Representations and Certifications Application (ORCA)? is being implemented. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the representations and certifications required by the Federal Acquisition Regulations and previously found in solicitations. According to the language included in FAR Case 2002-024, vendors will be required to use ORCA beginning 01 January 2005. However, agency specific provisions and solicitation specific provisions not included in ORCA will still have to be included in solicitations. See the Federal Register publication at http://frwebgate5.access.gpo.gov/cgi-bin/waisgate.cgi?WAISdocID=958611426928+2+0+0&WAISaction=retrieve. To submit Representations and Certifications on-line visit http://orca.bpn.gov/.
 
Place of Performance
Address: The United States and its territories.
 
Record
SN00727753-W 20041231/041229211741 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.