Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 14, 2011 FBO #3458
MODIFICATION

Q -- Medical Services ID/IQ - Resolicitation

Notice Date
5/12/2011
 
Notice Type
Modification/Amendment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
USPFO for Maine, Camp Keyes, Augusta, ME 04333-0032
 
ZIP Code
04333-0032
 
Solicitation Number
W912JD-11-T-0001
 
Response Due
5/29/2011
 
Archive Date
7/28/2011
 
Point of Contact
Christopher J. Field, Phone: (207) 430-5761
 
E-Mail Address
chris.field@us.army.mil
(chris.field@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment Notice (May 12, 2011): This solicitation is amended to add responses to vendor questions. Among these changes is the allowance of deviations in CLIN 0009 structure. See "Responses to Questions" section of this solicitation. Proposals shall ackowledge consideration of amendments posted through May 12, 2011. Amendment notice (May 4, 2011): This solicitation is amended to add additional CLINs to the requirement for the specialties of audiology and behavioral health. Acknowledge consideration of this amendment and date in proposals submitted. 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. This solicitation is issued as a request for proposal (RFP) and is unrestricted. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-50, March 16, 2011. The Government intends to fulfill this requirement by awarding a single Indefinite Delivery / Indefinite Quantity (ID/IQ) Contract with one (1) base year and two (2) option years. The subsequent contract will be awarded using FAR Part 13.5 procedures. This solicitation is being reissued pursuant to the policy memorandum dated 24 November 2010 by the Director, Defense Procurement and Acquisition Policy, titled "Improving Competition in Defense Procurements." The previous solicitation number was W91QUF1106C001 with a closing date of 26 April 2011. This solicitation is for a non-personal health care services contract, as defined in FAR 37.101, under which the contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The contractor indemnifies the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance. The Government requires the contractor to maintain medical liability insurance, in coverage amounts which are not less than the amount normally prevailing within the local community for the medical specialty concerned. The contractor is required to ensure that its subcontracts for provisions of health care services, contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. The minimum of $3,000 shall be ordered on this contract and the maximum contract amount over the life of the contract, including all options if exercised, is $400,000. The minimum contract amount of $3,000 may be met by one or more orders during the base year of the contract. Primary place of performance is Togus VA Hospital, Augusta, ME, with periodic performance at various armory locations throughout the State of Maine. The capability of contractors to provide mobile-based medical services for any and all specialities in the contract is desired. Description of requirement: The Maine Army National Guard (MEARNG) requires Periodic Health Assessments (PHA) to include: dental screening and treatment, immunization updating, physical exams, phlebotomy, vision screening, womens health screening and MEDPROS and DENCLASS systems updating of service members during a one (1) year base period beginning 2 June 2011, the anticipated award date, with two (2) option years exercised at the discretion of the Government. The government may inspect facilities to ensure compliance with all applicable laws. (MEDPROS and DENCLASS are available through the Army Medical Operation Data System [MODS] at www.mods.army.mil.) Performance Standards: In accordance with the Performance Work Statement, the contractor shall provide, in a fixed or mobile setting, all management, labor, material, personal equipment, certifications and supplies necessary to provide Medical services, dental examinations, dental treatments, health and dental record updating, MEDPROS and DENCLASS updating. The first anticipated task order against the resulting ID/IQ contract is planned for 4 June 2011 for a PHA/PDHRA event. Federal Acquisition Regulation (FAR) provision at 52.212-1, Instruction to Offerors---Commercial, applies to this acquisition. Award will be made based on an evaluation of the criteria of price, past performance and technical capability. Provision for Evaluation: Award will be made to the contractor whose offer represents the Best Value to the Government. In accordance with FAR Subparts 15.304 and 15.305 and the clause at 52.212-2, the Government will consider the following for award: 1) Price; 2) Past Performance; 3) Technical Capability. A consideration when evaluating technical capability will be continuity of personnel offered by the contractor. Continuity of personnel will limit the need for constant training of new personnel month to month. Past Performance and Technical Capability, when combined, are approximately equal to cost or price. The offeror must demonstrate in the proposal the capability to meet all contract requirements through past performance at similar events (assessing military members for medical fitness to standards in accordance with Army Regulation 40-501, chapter 3, 7 and 8), either as the prime or first tier subcontractor, and by identification of key personnel that have past performance experience. The Government intends to evaluate proposals and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the initial proposal should contain the offerors best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss, or revise your proposal. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their proposal. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. CLINS renumbered as of amendment posted May 4, 2011. Contract Line Item Numbers (CLINs): Priced 0001, Physician Services Priced 0002, Physician Assistant / Nurse Practioner Services Priced 0003, Registered Nurse Services Priced 0004, Phlebotomist Services Priced 0005, Dentist Services Priced 0006, Optometrist Services Priced 0007, Audiology Services Priced 0008, Behavioral Health Services Priced 0009, Mobile medical/dental exam facilities Priced 0010, Army Contractor Manpower Reporting Requirement (yearly requirement). Include price for this reporting requirement (see Statement of Work) or indicate No Charge. The following clauses apply to this solicitation: 52.212-4, Contract Terms and Conditions - Commercial Items (By Reference); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Full Text). The following optional clause under subparagraphs (b) & (c) are incorporated by reference within 52.212-5: 52.203-6 ALT I: Data Universal Numbering System (DUNS) Number; 52.219-4: Notice of price evaluation preference for HUBZone small business concerns; 52.222-21: Prohibition of segregated facilities; 52.222-26: Equal Opportunity; 52.222-3: Convict Labor; 52.222-36: Affirmative Action for Workers With Disabilities; 52.222-37: Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-43: Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts); 52.223-18: Contractor Policy to Ban Text Messaging While Driving; 52.232-33: Payment by Electronic Funds Transfer--Central Contractor Registration; and 52.232-36: Payment by Third Party. Other clauses that apply to this solicitation include: 52.204-4: Printed or Copied Double-Sided on Recycled Paper; 52.204-7: Central Contractor Registration; 52.204-9: Personal Identity Verification of Contractor Personnel; 52.212-1: Instructions to Offerors-Commercial Items; 52.212-2: Evaluation-Commercial Items; 52.212-3 ALT I: Offeror Representations and Certifications-Commercial Items; 52.212-4: Contract Terms and Conditions-Commercial Items; 52.212-5: Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.216-18: Ordering ; 52.216-19: Order Limitations; 52.216-22: Indefinite Quantity; 52.217-8: Option to Extend Services; 52.217-9: Option to Extend the Term of the Contract; 52.219-8 deviation: Utilization of Small Business Concerns; 52.222-42: Statement of Equivalent Rates for Federal Hires; 52.223-5: Pollution Prevention and Right-to-Know Information; 52.225-13: Restrictions on Certain Foreign Purchases ; 52.228-5: Insurance-Work on a Government Installation; 52.233-2: Service of Protest; 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.; 52.237-7: Indemnification and Medical Liability Insurance; 52.252-2: Clauses Incorporated by Reference (http://farsite.hill.af.mil/); 52.252-6: Authorized Deviations in Clauses. The following DFARS clauses also apply to this solicitation: 252.212-7001: Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. The following optional clauses under subparagraphs (a) & (b) are incorporated by reference within 252.212-7001: 52.203-3: Gratuities; 252.203-7000: Requirements Relating to Compensation of Former DoD Officials; 252.243-7002: Requests for equitable adjustment; and 252.232-7003: Electronic Submission of Payment Requests and Receiving Reports. Additionally, the following DFARS clauses apply to this solicitation: 252.201-7000: Contracting Officer's Representative (Dec 1991); 252.203-7001: Prohibition on Persons Convicted of Fraud of Other Defense-Contract-Related Felonies; 252.203-7002: Display of DoD Hotline Poster; 252.209-7001: Disclosure of ownership or control by the government of a terrorist country; 252.212-7000: Offeror Representations and Certifications--Commercial Items; 252.223-7006: Prohibition on storage and disposal of toxic and hazardous materials; and 252.232-7010: Levies on Contract Payments. Notice: Contractor performance may be evaluated in accordance with policy at FAR 42.1502. Notice for Service Contract Act: Applicable SCA Wage Determination--Wage Determination No.: 2005-2242, Revision 14, 06/15/2010. Submittal requirements: Offerors shall submit quotations including information required by the applicable provisions which outline the following: 1. Pricing for each Priced CLIN 0001,0002,0003,0004,0005,0006,0007, 0008, 0009 and 0010. 2. Reasonably available past performance information that is recent and relevant (see 52.212-1). Contractor shall submit no more than three (3) Past Performance Documents (Exhibit A). 3. Proposals must also include completed representations and certifications in the provisions 52.212-3 Alt. I and 252.212-7000, except that 252.212-7000 need not be filled out if the offeror has completed the pertinent representations and certifications in Online Representation and Certifications Application (ORCA) at www.bpn.gov within the past 12 months. Additional Information for Offerors: The Maine National Guard currently contracts for these services. Offers are due May 29, 2011 no later than 4:00 p.m EST. Oral quotations will not be accepted. Faxed proposals must be readable to be considered. Fax offers to (207) 626-4533 attn: SFC Chris Field. Mail offers to USPFO for Maine, Attn: SFC Chris Field, Bldg 39, Camp Keyes, Augusta, Maine 04333. Email proposals to chris.field@us.army.mil. Any questions shall be addressed to SFC Chris Field, Contracting Specialist, (207) 430-5761 or email chris.field @us.army.mil. FAR 52.233-2, Service of Protest; Protest to the independent review authority shall be filed with either the Office of the Chief Council or the Contracting Officer: Office of Chief Counsel ATTN: NGB Protest Decision Authority 1411 Jefferson Davis Highway Jefferson Plaza 1; Suite 11300 Arlington, Virginia 22202-3231 FAX (703) 607-3684 or 3682 OR Protest to the Contracting Officer shall be filed at: USPFO for Maine Attn: Contracting Bldg 39, Camp Keyes Augusta, Maine 04333 FAX (207) 626-4533 ONLY WRITTEN PROTESTS WILL BE CONSIDERED. NO PROTESTS MAY BE FILED BY ELECTRONIC MAIL. Reponses to Questions (Amendment date May 12, 2011) 1. Are CLINs 1-6 to be priced as an hourly rate or a daily rate? Government response: CLINS 1-8 shall be quoted as fully-burdened hourly rates. 2. What is the average length that the staff is expected to work per day? 8 hrs? 10 hrs or more? Will the Gov't be willing to pay overtime to the staff for events that go longer than 12 hours? Government response: Generally work days are between 8 and 10 hours. The government will not pay overtime for contractor employees. Any overtime costs shall be the responsibility of the contractor after considering the requirements of each task order. 3. Should travel costs (mileage, per diem, etc) be included in CLINs 1-6 or will they be billed in accordance with the JTR FAR 31.205-46? Government response: CLINs 1-8 (per 4 May 11 amendment) are fully-burdened hourly rates. Any travel costs shall be included in the hourly rate. 4. Do we need to include pricing for the CLINs in option periods? Inflation? Government response: Proposals shall include pricing for base year and option periods. If unable to price option years due to uncertainty of inflation, proposals may formulaically present pricing for option years (i.e. price option years relative to base year and changes in a stated index). 5. Should contractors assume events are one day events, 2 days or more? Will the events be held on weekends or weekdays? Government response: As noted in the Performance Work Statement (PWS), most events will be one or two days and will generally be held on weekends during regularly scheduled unit assemblies. However, longer events may be necessary to support mobilization-related requirements. 6. Does the Gov't have an estimate on the # of events annually? Does the Gov't have a estimate on what the average event size will be? (# of SM's). Government response: An average of one event per month is anticipated and services required will vary from one task order to the next. Average event sizes vary from unit to unit but average between 150-200 SM's at weekend PHA events. The services provided under the resulting contract will be to provide health care providers of various specialities to augment MEARNG medical staff for a fixed number of hours. Task orders will state the number of providers required based on the size of the event. 7. CLIN 0007, Mobile Units- should these be priced as just the units or priced as the unit with necessary staff included? Government response: See response to CLIN 8. 8. Would the Gov't be willing to separate CLIN 007 into 2 different CLINs? One for Medical Mobile and one for Dental Mobile as the cost difference between the two could be substantial. Government response: The government will accept modifications to CLIN 0009's structure to include adding one or more CLINs to adequately price the mobile services component of this solicitation. This shall include separating CLIN 0009 between medical and dental and the separation of variable, transportation-related rates and on-site availability rates. There will be a minimum of 8 hours (if proposed as hourly rate) or one day (if daily rate) for each task order calling for mobile CLINs. In-service rates (available hours at site of task order performance) shall include only the necessary costs to operate the facility (i.e. include any non-medical personnel needed to operate the mobile facilities) but should exclude medical/dental specialties. The facilities provided shall be available for use by government employees (military or civilian) or contractor employees. In order to facilitate evaluation of proposals, the government requests example pricing for a two-day (10 hours of availability a day) weekend event in Bangor, ME 04401. For purposes of evaluating proposals, a ten-hour work-day is assumed to allow hourly and daily rates to be compared. 9. What is the expected lead time the Gov't will allow the contractor to staff an event? For instance, the response date for this solicitation is May 29th, and in the solicitation it mentioned the first task order could go into effect as early as June 4th for a PHA/PDHRA event. This does not allow the contractor enough time to staff such event without possibility of major flaws. Government response: As stated in the performance work statement (PWS) section 23, the government will make all efforts to give the contractor a minimum of 15 days to schedule required contract employees for each event. we ask that proposals indicate the ability to fulfill the requirements of the first task order on June 4th. 10. Will the Gov't supply the Immunizations if they are needed? Government response: The government shall be responsible for supplying all needed immunizations. 11. Will the Gov't be willing to add a CLIN for Admin to help the medical/dental teams with the flow of SM's and to perform the MEDPROS and DENCLASS updates? Government response: The government will not add a CLIN for admin services. Events are administered by MEARNG medical staff and MEDPROS data entry will be performed by MEARNG MEDCOM staff or in the case of PHA interviews, directly inputed by the health care provider. DENCLASS updates will be performed by MEARNG personnel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA17/W912JD-11-T-0001/listing.html)
 
Place of Performance
Address: USPFO for Maine - Purchase and Contracting Office Camp Keyes Bldg 39 Augusta ME
Zip Code: 04333-0032
 
Record
SN02446084-W 20110514/110512234300-d4071292f92953af8ed9fa3061f1019b (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.