Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 20, 2007 FBO #2124
SOLICITATION NOTICE

Q -- MATERNAL CHILD HEALTH REGISTERED NURSE SERVICES, WEST POINT, NY

Notice Date
9/18/2007
 
Notice Type
Solicitation Notice
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Medcom Contracting Center North Atlantic, ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW, Washington, DC 20307-5000
 
ZIP Code
20307-5000
 
Solicitation Number
W91YTZ07R0201
 
Response Due
9/22/2007
 
Archive Date
11/21/2007
 
Point of Contact
Joyce Ambrose, 202-782-1416
 
E-Mail Address
Medcom Contracting Center North Atlantic
(joyce.ambrose@amedd.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SEE NUMBERED NOTE 22. 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 s olicitation; proposals are being requested and a written solicitation will not be issued. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information inc luded in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is solicitation number W91YTZ-07-R-0201 and is a request for quotation (RFQ). This is a total Small Business Set-Aside. The Standard Industrial Classification Code is 8049 and the small business size standard is $6.5M. The North American Industry Classification System Code is 621399. Keller Army Community Hospital, West Point, NY Region, has a requireme nt for one full time equivalent Maternal Child Health Registered Nurse. The Government intends to make a Sole Source award for the supplies and services described herein to Coastal Clinical Management Services. All offers received in response to this soli citation will be considered. Responses will be used to determine whether bonafide competition exists. Responses are to be emailed to joyce.ambrose@us.army.mil no later than 1100 hours 22 September 2007. Please be advised that all contractors doing business with the Department of Defense must be registered with CCR (the website may be accessed on the internet at: www.ccr.gov to register). Offerors responding to this announcement shall provide all information contained in the Federal Acquisition Regulation (F AR) Provision 52.212-1, Instructions to Offeror-Commercial Items. As stated in this provision, the Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offerors initial offer should contain the offero rs best terms from a cost or price standpoint. However, the Government reserves the right to conduct discussions if later and determined by the Contracting Officer to be necessary. The following provisions apply: 52.212-1 Instructions to Offerors - Comme rcial Items, 52.212-2 Evaluation - Commercial Items. 52.212-3, Offeror Representations and Certifications - Commercial Items; an authorized representative of the offeror must sign these representations and certifications and must be included with the offer . The resulting firm fixed price award will incorporate the requirements of the following clauses: 52.212-4, Contract Terms and Conditions - Commercial Items; 52.224-1, Privacy Act Notification; 52.224-2 Privacy Act; 52.228-5 Insurance-Work on a Government Installation; 252.204-7004 Required CCR; 52.232-18 Availability of Funds; 52.237-3, Continuity of Services; 52.249-12 Termination (Personal Services); 252.201-7000 Contracting Officers Representatives; 252.212-7001 Contract Terms and Conditions required to implement statues or executive orders applicable to Defense Acquisitions of Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; with applicable FAR Clauses: 52.203-6, Restri ctions on Subcontractor Sales to the Government; 52.219-6, Notice of Total Small Business Set-Aside; 52.222-3, Convict Labor; 52.222-19 Child Labor  Cooperation with Authorities and Remedies; 52.222-21 Prohibition on Segregated Facilities; 52.222-26, Equa l Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; and 52.232-33, Payment by Electronic Funds Transfer  Central C ontractor Registration. Referenced provisions and clauses may be accessed electronically at these addresses: http://www.arnet.gov/far; http://farsite.hill.af.m il; http://www.dtic.mil/dfar. The contract will consist of the following CLINs: CLIN 0001 for Maternal Child Health RN-OBU services. The performance period is 01 October 2007 to 30 March 2008. Personal services for Maternal Child Health RN-OBU Services to be provided at Keller Army Community Hospital, West Point, NY in accordance with the Performance Based Work Statement (PBWS); and CLIN 0002 is for Contractor Manpower Reporting requirement which is a mandatory annual reporting requirement. If there is no cost for this line item ple ase state NO COST. Overtime is not authorized. Health care providers (employee) shall not exceed $400,000.00 per year based on Title 10 U.S.C. Section 1091 and DoD Instructions 6025.5. Evaluation factors: 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. GENERAL INFORMATION: Only the Contracting Officer has the authority to approve changes to this contract that would result in an increase or decrease in the awarded price. POC for this action is Joyce Ambrose, email joyce.ambrose@us.army.mil NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USA/MEDCOM/DADA15/W91YTZ07R0201/listing.html)
 
Place of Performance
Address: Medcom Contracting Center North Atlantic ATTN: MCAA NA Bldg T20, 6900 Georgia Avenue NW Washington DC
Zip Code: 20307-5000
Country: US
 
Record
SN01411149-F 20070920/070919144847 (fbodaily.com)
 
Source
FedBizOpps 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.