SOLICITATION NOTICE
65 -- Audiograms
- Notice Date
- 6/17/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Washington, USPFO for Washington, Building 32, Camp Murray, Tacoma, WA 98430-5170
- ZIP Code
- 98430-5170
- Solicitation Number
- W912K308T999
- Response Due
- 6/23/2008
- Archive Date
- 8/22/2008
- Point of Contact
- donna.pratt, 2535128319
- Small Business Set-Aside
- N/A
- 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; proposals are being requested and a written solicitation will not be issued. Solicitation number W7795181620001 is issued as a Request for Quote (RFQ). This request for Quote is due by 23 JUNE 2008, 12:00pm (Pacific Time). The RFQ will result in a firm fixed price contract. This solicitation is 100% set aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 621399. The United States Property and Fiscal Office of the Washington Army National Guard are soliciting quotes to procure the following supply or services: PERSONAL SERVICES: CLIN 0001: BASE LINE AUDIOGRAMS. $ ________________EXAM CLIN 002: COMPREHENSIVE H2 FOLLOW UP EXAMS $____________EXAM CLIN 0003: SPRINT TESTING. $_______________EACH TEST CLIN 004: HOURLY RATE DURING DOWNTIME WHEN NOT PERFORMING ANY OF THE CLINS NOTED ABOVE $_________________PER HOUR STATEMENT OF WORK FROM 10 JUL 02 AUG 2008. 1. Need mobile audiology services at the B 181 Armory, Yakima Training Center, 1221 Firing Center Rd, Yakima, WA 98901, to determine baseline hearing classification for approximately 813 soldiers. (Please note: except for the first two days where we expect 200 soldiers per day, there will not be a set number of soldiers per day. One could reasonably anticipate a minimum of 20 soldiers per day.) This baseline exam will conform to AR 40-501 standards and results posted on a DD Form 2216E. 2. MUST HAVE MOBILE VAN capability for this event. Contractor should NOT assume there will be adequate power connection with local buildings and must bring their own generator. 3. Work Schedule: The designated work schedule for the contractor will be from 0700-2400, seven days a week for the period from 10 Jul 2 Aug 08. The exception will be 10 July where the anticipated start time will be at 1000 hrs. This does not include set up and tear down time. Staff will need to stagger meal times to allow continuous operations. (Please note: should work be completed by 31 July, there would be no requirement to remain on location the last two days. Leaving before 2 Aug would need to be coordinated with LTC Munsey or the 81st Bde Commander, COL Kapral.). During the times/hours when the contractor is not performing any of the services requested, the contractor will then provide at the end of the day the number of hours of downtime to Lt. Col Munsey or the POCs noted in paragraph 7 below.. 4. The contractor will be expected to provide sufficient personnel and equipment to accomplish the requested numbers in the time specified. 5. Documentation of all exams must be completed and a copy placed in the soldiers medical record on the same day of event. 6. Need comprehensive follow-up exams for all individuals testing H2 and Speech Recognition in Noise Test (SPRINT) for all H3. This comprehensive exam will be conducted in accordance with AR 40-501, 14 December 2007, Chpt 3, Table 7-1, Chpt 7-2a, 7-5a, 8-27a-c, Table 8-1, Table 8-3. 7. POC is LTC Munsey at 253-405-5757, alternate POCs are SSG Scott Borkin at 253-318-6129 or SFC Rey Javier at 253-405-5536. Please coordinate with LTC Munsey if equipment is going to be dropped off on location prior to the event. 8. Copies of licenses/certificates for each audiologist shall be provided to WAARNG Contracting Office prior to contract award. No audiologist will be able to perform services unless there is proof of a current license on file. 9. LIABILITY a. This contract is a personal health care service contract, as defined in the Federal Acquisition Regulation (FAR) section 37.101, under which the relationship between the contractor and Government is characterized by the employer-employee relationship it creates. These services are authorized by 10 USC 1091. b. The Government will evaluate the quality of professional and administrative services provided but retains no control over the medical, or professional aspects of services rendered (e.g. professional judgments, diagnosis, or specific medical treatment.) Performance of care is subject to day-to-day supervision and control by the Government facility personnel comparable to that exercised over military health care providers engaged in comparable work. c. Personal injury claims alleging negligence by an individual health care provider within the scope of the contractors performance of work shall be processed by the Government as a claim alleging negligence by the Government. This contract does not create an employer-employee relationship between the Government and any corporation, business association or other party or legal entity with which the contractor may be associated. The existence of an employer-employee relationship created by this contract between the Government and the contractor shall result generally in the treatment of the contractor to be similar to a Department of Defense (DOD) employee for many purposes. Included in this similar treatment is that Federal Tort Claims Act claims alleging negligence by a Government health care provider and shall be processed by the DOD as claims alleging negligence by DOD military or civil service employees. As a result, the individual is not required to maintain medical malpractice liability insurance. 10. BILLING: Billing will indicate the date of services rendered and the number of services performed and under which CLIN it fell under. During the non performance of services, the contractor will provide the number of hours for that day which were considered to be down-time. The contractor shall provide a daily and weekly summary invoice to the Inspector for each workday performed during the week. The POC shall review the invoice and verify receipt of services in accordance with the terms of this contract. Review of the invoice shall be accomplished approximately within 7 calendar days after receipt. Once the invoice has been reviewed and approved, the COR will provide that weeks approved invoice to the United States Purchase & Finance Office-Commercial Accounts Payable (USPFO-CAP) Office for payment. Payment shall occur by Electronic Funds Transfer (EFT) on/or about 14 calendar days after USPFO-CAP receives the approved invoice. The offeror must be registered on the Central Contractors Registration database (CCR). Information concerning CCR requirements may be viewed via the internet at http://www.ccr.gov or by calling the CCR registration centers at 1-888-227-2423. Only contractors who are registered in the Central Contractor Registration (CCR) can be awarded a contract. Lack of registration in CCR will make an offeror ineligible for award. Contact CCR at 1-888-352-9333, however, a Duns number Information concerning Far clauses can be obtained at http//farsite.hill.af.mil. Offerors must have electronic funds transfer (EFT) capability Will vendor take payment by credit card? Yes____ No_____. Offerors proposals shall be valid for a minimum of 60 days to be acknowledged in the offerors proposals. 52.212-2 Evaluation of 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 the lowest price offered. All FAR clauses may be viewed in full text via the Internet at www.arnet.gov. The following FAR clauses and provisions apply to this RFQ and are incorporated by reference: provision 52.211-6, Brand name (Aug 1999)FAR 52.204-7 Central Contractor Registration(Apr 2008), FAR 52.212-2, Evaluation -- Commercial Items(Jan 1999), FAR 52.212-3 (Alt I) Offeror Representations and Certifications (Jun 2008), FAR 52.212-4, Contract Terms and Conditions(Feb 2007), FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Order(Jun 2008), FAR 52.222-3 Convict Labor(Jun 2003), FAR 52.222-19 Child Labor Cooperation with authorities and remedies(Jun 2008), FAR 52.222-21 Prohibition of Segregated Facilities(Feb 1999), FAR 52.222-26- Equal Opportunity(Mar 2007), FAR 52.222-35 Equal Opportunity for Special Disabled Vets, Vets of the Vietnam and others(Sep 2006), FAR 52.222-36 Affirmation Action for Workers with Disabilities(Jun 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans(Sep 2006), FAR 52.225-1 Buy American Act - Balance of Payments Program(Jun 2003), FAR 52.225-13 Restriction on Certain Foreign Purchases(Feb 2006), FAR 52.232-33 Payment by Electronic Funds Transfer CCR(Oct 2003), FAR 52.233-3 Protest After Award(Aug 1996), FAR 52.233-4 -- Applicable Law for Breach of Contract Claim(Oct 2004), FAR 52.252-2 Clauses Incorporated by Reference(Feb 1998), FAR 52.252-6 Authorized Deviations in Clauses(Apr 1984), DFARS 252.204-7004 Alternate A, Required Central Contract Registration(Sep 2007), DFARS 252.212-7001(Dev) Contract Terms and Conditions to Implement Statutes(Mar 2008), DFARS 252.232-7003 Electronic Submission of Payment Request(Mar 2008). Point of contact: Donna Pratt at 253-512-8319. Quotations can be emailed to donna.pratt@us.army.mil
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c100f48cc8c5306ae9f58938de23d31a&tab=core&_cview=1)
- Place of Performance
- Address: USPFO for Washington Building 32, Camp Murray Tacoma WA
- Zip Code: 98430-5170
- Zip Code: 98430-5170
- Record
- SN01595215-W 20080619/080617222225-c100f48cc8c5306ae9f58938de23d31a (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 |