Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2008 FBO #2565
SOLICITATION NOTICE

Q -- Medical/Dental Readiness Contract

Notice Date
12/2/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Utah, USPFO for Utah, P.O. Box 2000, Draper, UT 84020-2000
 
ZIP Code
84020-2000
 
Solicitation Number
W90M81-8331-0103
 
Response Due
12/16/2008
 
Archive Date
2/14/2009
 
Point of Contact
Diane Johnson, 801-432-4094<br />
 
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 W81GR1-8322-0701 is being issued as a Request for Quotation. This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2001-12. This will be issued as Full and Open Competition, the North American Industry Classifications System Code (NAICS) is 621999. SPECIFICATIONS: The USPFO for Utah has a requirement to contract for Medical/Dental services for January 23-25 2009 for the Utah National Guard at a designated location. Work will be completed by the Contractor providing portable/mobile medical and dental equipment for the on-site services. A single award is contemplated. The Contractor shall provide customized comprehensive dental readiness services to include: annual dental examinations, digital bitewing x-rays, digital panoramic x-rays, DENCLASS data entry of all x-rays and dental records, identification and treatment of all eligible Class 3 Soldiers per National Guard Bureau (NGB) guidance, blood pressure, height & weight and health questionnaire screening; Medical Periodic Health Assessments (PHAs), Specialty Physical Exams such as Chapter 2 (schools), over-40 physicals, flight physicals, etc, in accordance with AR (Army Regulations) 40-501, laboratory/phlebotomy work such as HIV, urine and blood pregnancy testing, pap-smear/test, DNA, G6PD, Rapid Plasma Reagin (RPR), immunizations required for Individual Medical Readiness (IMR)/Fully Medically Ready (FMR) and theater specific compliance such as Hepatitis A/B, Influenza and Purified Protein Derivative (PPD) also known as Tuberculin Skin Tests (in some cases, serum to be supplied by Utah Army National Guard), visual acuity and Optometry exams, DOEHRS compatible audiometric exams and SPRINT testing, MEDPROS entry of all applicable and appropriate IMR/FMR functions and Post Deployment Health Reassessments (PDHRA). Offerors requesting a detailed copy of the Statement of Work shall email the Contracting Officer directly at diane.n.johnson@us.army.mil. APPLICABLE PROVISIONS AND CLAUSES: The following clauses and provisions are incorporated by reference. FAR clauses and provisions can be read in their full text at www.acqnet.gov/far and DFARS clauses and provisions can be read in their full text at www.acq.osd.mil/dpap/dars/dfars. The clauses are to remain in full force in any resultant contract. (1) FAR 52.204-2 ALT II Security Requirements (2) FAR 52.204-7 - Central Contractor Registration (3) FAR 52.204-9 Personal Identity Verification of Contractor Personnel (4) FAR 52.212-1 - Instructions to Offerors--Commercial Items (5) FAR 52.212-2 - Evaluation--Commercial Items (6) FAR 52.212-3 - Offeror Representations and Certifications--Commercial Items, with Alternate I (7) FAR 52.212-4 - Contract Terms and Conditions--Commercial Items (8) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses within 52.212-5 apply to this solicitation and any resultant contract: (a) FAR 52.222-3 - Convict Labor (b) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (c) FAR 52.222-21 - Prohibition of Segregated Facilities (d) FAR 52.222-26 - Equal Opportunity (e) FAR 52.222-36 - Affirmative Action for Workers with Disabilities (f) FAR 52.222-41 Service Contract Act (g) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (h) FAR 52.222-44 Fair Labor Standards Act and Service Contract Act Price Adjustment (i) FAR 52.222-50 - Combating Trafficking in Persons (j) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (k) FAR 52.232-33 - Payment by Electric Funds Transfer-Central Contractor Registration (l) FAR 52.233-3 - Protest After Award (m) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (9) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (10) FAR 52.223-5 Pollution Prevention and Right-to-know Information (11) FAR 52.228-5 Insurance Work on a Government Installation (12) FAR 52.237-2 Protection of Government Buildings, Equipment And Vegetation (13) FAR 52.252-2 - Clauses Incorporated by Reference (14) DFARS 252.204-7004 - Central Contractor Registration, Alternate A (15) DFARS 252.204-7005 Oral Attestation of Security Responsibilities (16) DFARS 252.212-7001 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following clauses within 252.212-7001 apply to this solicitation and any resultant contract: (a) DFARS 252.232-7003 - Electronic Submission of Payment Requests (b) DFARS 252.247-7023 Alt III - Transportation of Supplies by Sea (17) DFARS 252.223-7006 Prohibition on Storage and Disposal of Toxic and Hazardous Materials (18) DFARS 252.232-7010 Levies on Contract Payments EVALUATION FACTORS: The contract type for this procurement will be fixed price and award will be made on the basis of best value to the Government, price and other factors considered. Selection will be based on the following evaluation factors, in order of importance: (1) Offerors capability to provide a quality product that meets the Governments needs; (2) Past performance, caliber of offerors performance on previous contracts of a similar nature; and (3) Total cost or price. Note also that Technical and Past Performance, when combined, are significantly more important than cost. However, if competing Companies are fully qualified, price will become the deciding factor. ADDITIONAL INFORMATION: In accordance with FAR 52.212-1(k), prospective awardees shall be registered and active in the CCR database prior to award. Offerors may obtain information on registration at www.ccr.gov. And also in accordance with FAR 52.212-3, Offeror Representations and Certifications Commercial Items, Offerors shall have completed registration on the ORCA website at https://orca.bpn.gov. Quotes shall be received NLT 4:30 P.M. MST on December 16, 2008 and shall be sent via e-mail to Diane Johnson at diane.n.johnson@us.army.mil. Questions regarding this solicitation shall be in writing and shall also be sent via e-mail. No telephone calls will be accepted or returned.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=4a6437aa752938955377a3a747999d4d&tab=core&_cview=1)
 
Place of Performance
Address: USPFO for Utah P.O. Box 2000, Draper UT<br />
Zip Code: 84020-2000<br />
 
Record
SN01712057-W 20081204/081202214920-4a6437aa752938955377a3a747999d4d (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.