Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
SOLICITATION NOTICE

Q -- SOLICITATION FOR NEUROPHYSIOLOGICAL MONITORING SERVICES

Notice Date
3/22/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
622110 — General Medical and Surgical Hospitals
 
Contracting Office
Western Regional Contracting Office, ATTN: MCAA W BLDG 9902, 9902 Lincoln Street, Tacoma, WA 98431-1110
 
ZIP Code
98431-1110
 
Solicitation Number
W91YU011T0064
 
Response Due
4/22/2011
 
Archive Date
6/21/2011
 
Point of Contact
Selma Rivera, 915-569-0885
 
E-Mail Address
Western Regional Contracting Office
(selma.rivera@amedd.army.mil)
 
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. Western Regional Contracting Office (WRCO), William Beaumont Army Medical Center has a requirement for a Neurophysiologic Monitoring Services at William Beaumont Army Medical Center, El Paso Texas. Contractor shall provide neurophysiologic monitoring services as stated in solicitation W91YU0-11-T-0064. This announcement is prepared in accordance with FAR Part 12 Commercial Items with additional information included in this notice. The associated North American Industrial Classification System (NAICS) code for this procurement is 622110. Standard Industrial Classification (SIC) Q999. To be eligible to receive an agreement with the federal government, interested parties must be registered in the Central Vendor Register (CCR) online at www.ccr.gov. All responsible Contractors shall provide an offer for the Base plus two consecutive year option periods ending 30 April 2014: 0001: Neurophysiologic Monitoring Services Scheduled, for the Period of Performance 01 May 2011 through 30 April 2012, in Accordance with the attached Performance Work Statement. - 105 Each. 0002: Neurophysiologic Monitoring Services, Overcharge services exceeding the initial seven hour limit; for the Period of Performance 01 May 2011 through 30 April 2012, in accordance with the attached Performance Work Statement. 10 Each. 0003: Neurophysiologic Monitoring Services, Late Notification Fee for services scheduled after 2:00 PM MST of the previous day, for the Period of Performance 01 May 2011 through 30 April 2012, in accordance with the attached Performance Work Statement. 10 Each. 0004: Contract Manpower Reporting (CMR) For further information regarding this requirement see paragraph titled CMR of the PWS. 1 EACH. The full text of a FAR provision or clause may be accessed electronically at www.farsite.hill.af.mil The following clauses apply to this acquisition: 52.212-4 Contract Terms and Conditions Commercial Items; 52.203-3 Gratuities; 52.203-6 Alt I Restrictions On Subcontractor Sales to the Government; 52.203-12 Limitation On Payments to Influence Certain Federal Transactions; 52.204-4 Printed or Copied Double-Sided on Recycled Paper; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-7 Information Regarding Responsibility Matters; 52.209-8 Updates of information Regarding Responsibility Matters; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14 Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-21 Prohibition of Safeguard; 52-222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.222-41 Service Contract Act of 1965; 52.222-43 Fair Labor Standards Act and Service Contract Act Price Adjustment (Multiple Year and Option); 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-3 Hazardous Material Identification and Material Safety Data; 52.223-5 Pollution Prevention and Right-To-Know Information ; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.224-1 Privacy Act Notification; 52.224-2 Privacy Act; 52.225-13 Restriction on Certain Foreign Purchases; 52.228-5 Insurance - Work On A Government Installation; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.237-3 Continuity Of Services; 52.243-13 Bankruptcy; 52.245-1 Government Property; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract; 52.222-99 Notification of Employee Rights Under the National Labor Relations Act (Dev); 52.252-6 Authorized Deviations in Clauses; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dev); 52.252-2 Clauses Incorporated by Reference. The following DFARS clauses apply: 252.201-7000 Contracting Officer's Representative; 252.203-7000 Requirements Relating to Compensation Of Former DoD Officials; 252.203-7002 Requirement to Inform Employees of Whistleblower Rights; 252.204-7000 Disclosure Of Information; 252.204-7003 Control Of Government Personnel Work Product; 252.205-7000 Provision of Information to Cooperative Agreement Holders; 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country; 252.225-7012 Preference for Certain Domestic Commodities; 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns; 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports; 252.232-7010 Levies on Contract Payments; 252.243-7001 Pricing Of Contract Modifications; 252.243-7002 Requests for Equitable Adjustment; 252.247-7023 Transportation of Supplies by Sea; 252.204-7008 Export- Controlled Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following provisions apply: Addendum 52.212-1 - INSTRUCTIONS TO OFFERORS ADDENDUM TO 52.212-1 Revise paragraph (b) Submission of Offers to read: The offeror shall submit proposal to the office indicated in block 9 of the Standard Form (SF) 1449, Solicitation Offer and Award, to arrive no later than the date and time specified in Block 8, SF1449. The offeror shall mark the exterior of their proposal package with solicitation number W91YU0-11-T-0064. Telegraphic, Email, and Facsimile Mail offers will not be accepted. PROPOSAL PARTS. The offeror's proposal shall consist of four separate, distinct and complete parts as follows and be virus free: Part I. Administrative. The SF1449 (with original signatures) including any required fill-in clauses and provisions. Part II. Technical Part III. Past and Present Performance Part IV. Price The offeror shall submit the following proposal parts: PartsProposal TitleNumber of Copies IAdministrative1 Original with original signatures to include additional items as stated below. IITechnical1 Original IIIPast and Present Performance1 Original IVPrice1 Original PART I - ADMINISTRATIVE. This part of the proposal shall include: a. A maximum 2-page Cover Letter and Introduction identifying the offer (name, address, telephone and fax numbers, email address, the solicitation number, and the contents of the proposal). b. Request for Proposal - Solicitation/Contract/Order for Commercial Items (SF 1449). One original of page 1 SF 1449 with signature of a corporate officer authorized to negotiate for the company in Block 30A. c. Representations and Certifications: One completed original copy of FAR 52.212-3, Alt I, 52.219-1,ALT I, 52.209-7, 252.237-7024 and DFARS 252.212-7000. If the offeror has completed the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov the offeror shall indicate such on FAR Clause. d. One completed, original copy of Addendum to FAR Clause 52.212-4, paragraph 52.212-4(x), Electronic Submission of Payment Request. PART II - TECHNICAL PROPOSAL. Offerors shall submit one original copy of technical proposal to include offeror name, offeror's Commercial and government entity (CAGE) Code on the top right corner of each page of each copy of the technical proposal for identification purposes. Prior to being considered for award, an offeror shall fully demonstrate that it possesses the capabilities which the Government has determined essential to the reliable, efficient and timely accomplishment of the required services. (Enumerated below). NOTE: Lack of demonstration of any of these significant capabilities or technical information provided in the inappropriate "Part" as stated in the solicitation shall be considered sufficient cause for proposal. The technical proposal shall provide sufficient detail for the government to determine whether the proposal acceptably meets the requirements of the specification. Statements that the offeror understands, can or will comply with all specifications, or statements paraphrasing the specifications of parts thereof, or phrases such as "standard procedures will be used" or "well-known techniques will be used" will be considered insufficient. The technical proposal shall provide a narrative and supporting data with the following sections organized separately so that the evaluation sub factors listed below are included. The following information must be submitted as part of the technical proposal. PART III - PAST AND PRESENT PERFORMANCE. PAST PERFORMANCE: The offeror shall provide past performance for at least two (2) contracts you currently have or have completed within the past three (3) years under which you performed the same or similar services required by this solicitation. Offerors are requested to provide Past Performance Questionnaires to two (2) of their Contracting Officer Representatives (COR) and/or point of contacts under prior or existing contracts for the same or similar services to complete. It is the offeror's responsibility to ensure the reference submits the completed Past Performance Questionnaire directly to the Western Regional Contracting Office at William Beaumont Army Medical Center by the closing date of the RFQ. Offerors that are newly formed entities without prior contract experience must provide a list of references where their key personnel worked on the same or similar services. For the purposes of this solicitation, same or similar services are deemed as the provision of services by credentialed professional medical personnel. Include: (a) Name, address, point of contact, email address and phone number of the company with which you had a contract; (b) Contract Number; (c) Description of services provided; (d) Number of credentialed professional medical personnel provided; (e) Contract award date, number of options, and completion date; (f) Contract type; (g) Initial contract value; (h) Adjusted value with changes; and (i) Explanation of why you consider the services similar to the services required by this solicitation PART IV - PRICE. The offeror shall provide an original copy of its price proposal. All information related to pricing shall only be included in this section of the proposal and identified as pricing data. This volume will stand alone in supporting the offeror's approach to reasonableness and completeness of the overall price of this effort. Under no circumstances should pricing data be included elsewhere in the proposal. Direct questions regarding this solicitation to Selma Rivera @ email: selma.rivera@us.army.mil. All questions must be received no later than seven (7) calendar days prior to the closing date established in SF1449 Block 8 (as amended). The Government reserves the right to not answer questions not meeting this timeline if doing so would result in an amendment requiring an extension of the solicitation and to extend would not be in the best interest of the Government. c. Paragraph 52.212-1(c), Period of Acceptance of Offers, is replaced with the following: GOVERNMENT MINIMUM ACCEPTANCE PERIOD. The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. m. The non-FAR Part 12 discretionary FAR, DFARS, AFARS, and MEDCOM provisions included herein are incorporated into this solicitation either by reference or in full text. If incorporated by reference, see provision 52.252-1 for locations where full text can be obtained. (END of Addendum 52.212-1) 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 factors shall be used to evaluate offers: Factor 1. Technical Factor 2. Past Performance Factor 3. Price: Price will be evaluated using various price analysis techniques and procedures, including, but not limited to, comparison of proposed prices received in response to the solicitation, comparison of proposed prices with the Independent Government Estimate, as well as any other pricing information available to the Government to establish fair and reasonable pricing and a balanced offer. Factor 1. Technical FACTOR 1A. Technical Capability: The offeror shall provide a technical description of the services being offered in sufficient detail to include its proposed approaches to meet the requirements of this solicitation: Specifically, the technical proposal shall address the following: Contractor shall provide the following disposables: Neurovision or Equal, per surgical case: Order No. 8010002 : NeuroVision Screw Test Module with Pedicle Probe/Includes: Neurovision EMG Harness Kit 25Recording surface electrodes 5 Reference surface electrodes 1 JJB Sterile Pedicle Probe Contractor shall provide the following system, as stipulated at Paragraph 1.6.3. Neurovision or Equal, for use during surgical cases: Category No. 2011000 Neuro Vision JJB System to consist of: 2011002 NV JJB Control Unit 2011003 NV JJB Patient Module 2011010 NV JJB Screw Test Handpiece 2011050 NV JJB Screw Test Handpiece Nut 2011051 NV JJB InStim K-Wire Insulator Adapter 2011009 NV JJB Surgical Accessory Cable 2011008 NV JJB Handpiece Sterilization Case If providing an "equal", please comply with FAR Clause 52.211-6, Brand Name or Equal. FACTOR 1B. Technical Qualifications: A certificate in Neurophysiologic Intraoperative Monitoring (CNIM) through the American Board of Registration of Electroencephalographic and Evoked Potential Technologists (ABRET), or certification from the American Board of Neurophysiologic Monitoring (ABNM). Factor 1 is equal in importance to Factor 2, when combined, are more important than Price. (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. Given that FAR 52.217-8 provides that the Government may exercise the Option to Extend Services at the rates specified in the contract (i.e., the rates in effect when the Extension of Services option is exercised), for purposes of evaluating the Option to Extend Services, the Contracting Officer will consider the prices submitted for the base year and each option year, since those are the binding prices should the Option to Extend be exercised. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. (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. (End of provision) ADDENDUM TO 52.212-2 Award will be made using the best value trade-off source selection process. Award will be made on the basis of the best value offered to the Government of proposals meeting or exceeding the satisfactory standards for the non-cost factors. Award will be made to the responsible offeror whose proposal conforms to the solicitation, is deemed acceptable to the Government, and whose proposal offers the best value to the Government all factors considered. It is contemplated that award will be made without discussions with offerors (except communications conducted for the purpose of minor clarification). Therefore, each initial offer should contain the offeror's best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if it is later determined by the contracting officer to be necessary. If the Government enters into discussions, a competitive range will be established based on the evaluated price and other evaluation factors included in the solicitation. The Government will limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. Proposal Ratings: An offeror must receive a rating of at least satisfactory under Factor 1 before being considered further under Factors 2, and 3. That is, if an offeror does not describe Factor 1, their proposal shall not be considered under each of the remaining factors, and thus be ineligible for award. Further, an offeror must receive a rating of at least satisfactory in each of Factors 2 and 3 in order to be considered for award. 1. Ratings of an offeror's proposal reflect the Government's confidence in each offeror's ability, as demonstrated in its proposal, to perform the requirements stated in the solicitation. The following rating scheme for Technical (Factor 1A and 1B) will be used: Excellent, Good, Satisfactory, and Marginal. The rating scheme is defined below: ADJECTIVEDEFINITION AND CRITERIA Excellent The proposal demonstrates a superior understanding of the requirements and a new or proven approach that significantly exceeds performance or capability standards. The proposal has several exceptional strengths that will significantly benefit the government. The proposal has no weaknesses or deficiencies. Normal contractor effort and normal government monitoring will be sufficient to minimize risk. The proposal is extensive, detailed, and exceeds all requirements and objectives; therefore, has a high probability of meeting the requirements with little or no risk to the government. Risk Level: Very Low. Good The proposal demonstrates a considerable understanding of the requirements and the approach exceeds performance or capability standards. The proposal has one or more strengths that will benefit the government. The proposal has no deficiencies and any proposal weakness has little potential to cause disruption of schedule, increase in cost, or degradation of performance. Normal contractor effort and normal government monitoring will probably be able to overcome difficulties. The proposal generally exceeds requirements in minor areas; therefore, has a strong probability of meeting the requirements with little risk to the government. Risk Level: Low. SatisfactoryThe proposal demonstrates an adequate understanding of the requirements and the approach meets all performance or capability standards. The proposal has no strengths that exceed the requirement. The proposal has no material weaknesses and no deficiencies. The proposal has some weakness that can potentially cause disruption of schedules, increase in cost, or degradation of performance. Special contractor emphasis and close government monitoring will minimize any risk. The proposal meets the minimum requirements; therefore, has an acceptable probability of successfully meeting the requirements. Risk Level: Low. Marginal The proposal fails to meet performance requirements and capability standards in one or more areas. The proposal has minor omissions and demonstrates a misunderstanding of the requirement that may be corrected or resolved through discussions without a complete revision of the entire proposal. The proposal has weaknesses or minor deficiencies that can potentially cause some disruption of schedule, increase in cost, or degradation of performance even with special contractor emphasis, and close government monitoring. Risk Level: Moderate. 2. Performance risk is defined as "ratings that assess the risks associated with each offeror's likelihood of success in performing the requirements stated in the solicitation based on the offeror's performance record on similar contract efforts. The following rating scheme for Performance Risk will be used: Excellent, Satisfactory, Marginal, and Neutral. ADJECTIVE DEFINITION AND CRITERIA ExcellentOverall performance exceeds contractual requirements and gives extra benefits to the customer. Problems, if any, were promptly corrected without negative impact to the customer. Risk level: Very Low. SatisfactoryPerformance meets contractual requirements, but does not exceed them. The contractual performance contains some minor problems for which corrective actions were taken by the contractor were satisfactory. Risk Level: Low. MarginalPerformance does not meet some contractual requirements. The contractor's proposed actions to correct any problems were only marginally effective, or were not fully implemented. Risk Level: Moderate. NeutralIf an offeror has no experience in providing ambulance services, the offeror shall be rated as "Unknown." The offeror has little/no relevant past performance upon which to base a meaningful performance risk prediction. Risk Level: Unknown. 3. All offers must receive a rating of at least at satisfactory, in all areas, in order to be considered eligible for award. WAWF Instructions (local clause available via e-mail request). Offerors must complete FAR 52.212-3 Offerors Representations and Certifications - Commercial items or do so on-line at http://orca.bpn.gov. Potential contractors must be registered in the Central Contractor Registry (CCR) to be eligible for award. The CCR internet web site is http://www.ccr.gov. Offers are due by 22 April 2011, 4:00 Mountain Standard Time. Submit offers via fax to (915) 569-4736 or email to Selma.rivera@us.army.mil Place of performance: William Beaumont Army Medical Center, Medical Maintenance Branch 5005 N. Piedras, El Paso, TX 79920-5001
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA13/W91YU011T0064/listing.html)
 
Place of Performance
Address: Western Regional Contracting Office, WBAMC 5005 N PIEDRAS EL PASO TX
Zip Code: 79920
 
Record
SN02406022-W 20110324/110322234043-5cb773af22ea4297fc38a2f559db1569 (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.