Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2012 FBO #3940
MODIFICATION

Q -- Physical Therapists Services Modification 4 to Extend Closing Date to 5:00pm, September 12, 2012.

Notice Date
9/5/2012
 
Notice Type
Modification/Amendment
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
Southeast Regional Contracting Office, ATTN: MCAA SE, Building 39706, Fort Gordon, GA 30905-5650
 
ZIP Code
30905-5650
 
Solicitation Number
W91YTV-12-R-0032
 
Response Due
9/12/2012
 
Archive Date
11/11/2012
 
Point of Contact
Pamela W. Owens, 706 787 0293
 
E-Mail Address
Southeast Regional Contracting Office
(pamela.w.owens@us.army.mil)
 
Small Business Set-Aside
Total Small Business
 
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. The solicitation number is W91YTV-12-R-0032. This acquisition is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, effective July 26, 2012. The North American Industry Classification System (NAICS) Code for this procurement is: 621340. Small Business Size Standard is 7M. This requirement is restricted to Small Business. Performance Based Work Statement is attached. The U.S. Army Medical Command, Southern Region Contracting Office - Fort Gordon Cell in support of Martin Army Community Hospital, Fort Benning, Georgia has a requirement for the following: CLIN 0001: Base Year. Physical Therapist Services, 2 Full Time Equivalents (FTEs) to provide services for the Physical Therapy Clinic, Martin Army Community Hospital, Fort Benning, Georgia, pursuant to the Performance Based Work Statement (PBWS). Period of performance is October 1, 2012 - September 30, 2013. Quantity: 3840 Hours Unit price: ________________ Total Amount: _______________ CLIN 0002: Base Year. Contract Manpower Report pursuant to instructions in the Addendum to 52.212-4. Period of performance is October 1, 2012 - September 30, 2013. Quantity 1 Each Unit price: ________________ Total Amount: ________________ CLIN 1001: Option Year One. Physical Therapist Services, 2 Full Time Equivalents (FTEs) to provide services for the Physical Therapy Clinic, Martin Army Community Hospital, Fort Benning, Georgia, pursuant to the Performance Based Work Statement (PBWS). Period of performance is October 1, 2013 - September 30, 2014. Quantity: 3840 Hours Unit price: ________________ Total Amount: _______________ CLIN 1002: Option Year One. Contract Manpower Report pursuant to instructions in the Addendum to 52.212-4. Period of performance is October 1, 2013 - September 30, 2014. Quantity: 1 Each Unit price: _________________ Total Amount: ______________ CLIN 2001: Option Year Two. Physical Therapist Services, 2 Full Time Equivalents (FTEs) to provide services for the Physical Therapy Clinic, Martin Army Community Hospital, Fort Benning, Georgia, pursuant to the Performance Based Work Statement (PBWS). Period of performance is October 1, 2014 - September 30, 2015. Quantity: 3840 Hours Unit price: ________________ Total Amount: _______________ CLIN 2002: Option Year Two. Contract Manpower Report pursuant to instructions in the Addendum to 52.212-4. Period of performance is October 1, 2014 - September 30, 2015. Quantity: 1 Each Unit price: __________________ Total Amount: _______________ CLIN 3001: Option Year Three. Physical Therapist Services, 2 Full Time Equivalents (FTEs) to provide services for the Physical Therapy Clinic, Martin Army Community Hospital, Fort Benning, Georgia, pursuant to the Performance Based Work Statement (PBWS). Period of performance is October 1, 2015 - September 30, 2016. Quantity: 3840 Hours Unit price: ________________ Total Amount: ________________ CLIN 3002: Option Year Three Contract Manpower Report pursuant to instructions in the Addendum to 52.212-4. Period of performance is October 1, 2015 - September 30, 2016 Quantity: 1 Each Unit price: _________________ Total Amount: ________________ CLIN 4001: Option Year Four. Physical Therapist Services, 2 Full Time Equivalents (FTEs) to provide services for the Physical Therapy Clinic, Martin Army Community Hospital, Fort Benning, Georgia, pursuant to the Performance Based Work Statement (PBWS). Period of performance is October 1, 2016 - September 30, 2017. Quantity: 3840 Hours Unit price: ________________ Total Amount: _______________ CLIN 4002: Option Year Three Contract Manpower Report pursuant to instructions in the Addendum to 52.212-4. Period of performance is October 1, 2016 - September 30, 2017. Quantity: 1 Each Unit price: __________________ Total Amount: ________________ Total price for Base and all option years: _________________________________________ This solicitation must be quoted all or none. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial Items (Feb 2012) paragraph (a) through (l) apply to this acquisition. The following is incorporated as an Addendum to 52.212-1: (m) This is a 100% Small Business Set-Aside Request for Proposal open to all responsible business concerns capable providing the specified health care services outlined in this requirement. Proposals are being requested for (2) FTE Physical Therapist to perform physical therapy care at Martin Army Community Hospital, Fort Benning, Ga. This will be a single award (All or None), Commercial Firm Fixed Price contract. Offers proposing less than the entire effort specified herein will be determined to be unacceptable. Contract Performance Period. This contract is intended to be awarded for a base year and four (4) one year option periods at the Lowest Price Technically Acceptable. (n) ADDITION TO PARAGRAPH 52.212-1(a). The NAICS code is 621340. The small business size standard is $7.0 million Notice to Prospective Offeror's Offeror's are requested to review the solicitation and to submit any questions in writing, no later than August 24, 2012 by 5:00 PM EST to Ms. Pamela W. Owens, Contract Specialist, Southern Region Contracting Office- Fort Gordon Cell, Bldg. 39706, 40th Street, Fort Gordon, GA 30905. Questions may be faxed to Ms. Pamela Owens at (706) 787-0293 or sent by email to: pamela.w.owens@us.army.mil. REPLACE PARAGRAPH 52.212-1(b) SUBMISSION OF OFFERS with the following: SUBMISSION OF OFFERS. a. Paragraph 52.212-1(b). Add: Submit signed and dated offers to Southern Region Contracting Office- Fort Gordon Cell, ATTN: Pamela Owens, Contract Specialist, Bldg. 39706, 40th Street, Fort Gordon, GA 30905 on or before September 12, 2012, 5:00 pm EST. b. Offerors shall submit mailed (1) copy of the proposal to the office indicated in paragraph "a" above. The proposal shall have a title page identifying the offeror, CAGE Code, DUNS number, the solicitation number and the contents and a written response to all evaluation factors shown at 52.212-2 with a separate cover sheet for each evaluation factor listed in this solicitation. c. Submit pricing for all Contract Line Item Numbers (CLINs) for the base year and all option years. Provide total pricing for the base year and each option year, as well as grand total for the price of your entire offer. d. Complete and return the following: 1. FAR Provision 52.212-3 Offeror Representations and Certifications- Commercial Items (Apr 2012) Alternate I (Apr 2011) 2. FAR Provision 52.203-2 Certificate of Independent Price Determination (Apr 1985) 3.FAR Provision 52.209-7 Information Regarding Responsibility Matters (Jan 2011) 4.DFARS 252.212-7000 Offeror Representations and Certifications-Commercial Items (Jun 2005) 5. Submit the following information regarding Contractor points of contact (POCs): The offeror shall provide the names, titles, telephone numbers and electronic mail address of all persons authorized to negotiate with the Government in connection with this requirement. The offeror shall provide information below regarding POCs for administration of the contract during offeror's normal business hours and after normal business hours. The POC for other than normal business hours will be contacted only in the event of emergencies. Accordingly, the name individual(s) should possess sufficient corporate authority to effectively deal with emergency situations and the telephone number provided should be functioning at all times other than normal business hours. If there are different POCs for different conditions, such as weekdays, weekends, holidays, etc, please furnish all and explain: (1) Offeror's normal business hours/days: ________________ ________________ (2) POC(s) during normal business hours: Names: ____________________________ _______________________ Telephone Number(s) ________________ _______________________ (3) POC(s) for other than normal business hours: Names: ____________________________ _______________________ Telephone Number(s) ________________ ______________________ NOTE: FACSIMILE AND EMAIL OFFERS ARE UNACCEPTABLE. THE CONTRACTOR MUST QUOTE ON THE BASE PERIOD AND OPTION YEARS. OPTION YEAR PRICING WILL BE EVALUATED. The Government will use price/cost realism analysis in response to this solicitation. ADD TO 52.212-1: Paragraph 52.212-1(o) (o) Protests received at a level higher than the contracting officer will be referred to the contracting officer. Protestor may request a review by the contracting officer or an independent review at a level higher than the contracting officer. Requests for appeals or independent review will be addressed to the contracting officer for referral to the review authority. Questions on this process will be referred to the cognizant contracting officer identified in the solicitation. (p) 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 location where full text can be obtained. The following provisions are incorporated by reference: 52.204-5 Women-Owned Business Other Than Small Business (May 1999); 52.222-46 Evaluation of Compensation for Professional Employees (Feb 1993); 52. 225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification (Nov 2011); 52.237-1 Site Visit (Apr 1984); 52.203-2 Certificate of Independent Price Determination (Apr 1985); 52.237-10 Identification of Uncompensated overtime (Oct 1997); 52.209-7 Information Regarding Responsibility Matters (Jan 2011); 52.216-1 Type of Contract (Apr 1984); 52.233-2 Service of Protest (Sep 2006). The following provisions are incorporated in full text: 52.252-1, Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: www.arnet.gov/far, www.dtic.mil/dfars, or www.farsite.hill.af.mil. 52.252-5 Authorized Deviations in Provisions (Apr 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any DoD FAR Supplement (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. DFARS 252.203-7005 Rerepresentation Relating to Compensation of Former DoD Officials (Nov 2011) and DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009) applies to this solicitation. DFARS 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country (Jan 2009). DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items (JUN 2005) (a) Definitions. As used in this clause- (1) "Foreign person" means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) "United States" means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) "United States person" is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it- (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it- ___________Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___________Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. (End of Addendum to 52.252-1) 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. (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. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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. Addendum to 52.212-2 Paragraph (a) is hereby replaced with the following: The following factors shall be used to evaluate offers: SECTION I - TECHNICAL Sub-Factor 1 - Curriculum Vitae (CV). A CV shall be submitted for all candidates proposed. The CV shall include education history, certifications (to include Certification and license requirements in Paragraph 1.2.2.1 and 1.2.2.2 of the Performance Based Work Statement. Sub-Factor 2 - Letter of Intent. For every CV submitted, an offeror shall include a "Letter of Intent" from that individual identified in the CV that states their intent to commit to working at Martin Army Community Hospital, Fort Benning, Georgia, should they be granted privileges to do so. This letter of intent shall also include the earliest possible date on which the individual could begin work. Sub-Factor 3 - Compensation and Retention Plan. The Government will assess each offeror's ability to provide the Physical Therapist within 15 days after date of the award or not later than 1 October 2012, if awarded after 16 September 2012. Plan will be evaluated to determine the adequacy to recruit and retain quality individual employees. Primary determinant will be the base salary paid to the individual contract employee. Offerors must propose a base salary which is at least commensurate with salaries paid for similar individual employees in the local area in order to be technically acceptable. This salary in almost all instances exceeds the prevailing wage rates in the Department of Labor's wage determination for a locality. A low or no compensation plan may be viewed as evidence of failure to comprehend the complexity of the contract requirements or appropriate compensation levels for geographic area where performance will take place. Offerors who propose low base salaries, particularly below rates paid in the local area, will have the burden of establishing that their plans will result in the recruitment and retention of quality personnel and the uninterrupted performance of services throughout the life of the contract. Technical Merit will be evaluated as either acceptable or Unacceptable. Acceptable means proposal clearly meets the minimum requirements of the solicitation. Unacceptable means proposal does not clearly meet the minimum requirements of the solicitation. SECTION II - PAST PEFORMANCE Offeror is required to submit information, on a single page, identifying federal, state and local Government and private contracts performed within the past three years, which are similar in scope and complexity to this requirement. If none, offeror should so state and provide information on references. Information provided by the Contractor shall state: The type of service provided with information to verify references: Names; telephone numbers; Point of Contact; amount of Contract and period of performance; and email addresses. The Government may also consider any additional past performance information that is available to the Government. Offerors shall ensure the accuracy of information provided. The Government will not be responsible for tracking incorrect Points of Contact and phone numbers. Offerors are reminded that while the Government may elect to consider data obtained from other sources, the burden of providing thorough and complete performance information rests with the offeror. Past performance shall be rated Acceptable or Unacceptable. Acceptable means: Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. *** Unacceptable means: Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. ***Note: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." SECTION III - PRICE Submit one copy each of the following with your price proposal: Paragraph (b) is supplemented below: 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. (End of Addendum to 52.212-2) FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Apr 2012). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. (See FAR 52.252-1 for location where full text of this provision can be found). FAR 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition to include the following clauses: Addendum 52.212-4 (u) CONTRACTOR MANPOWER REPORTING IAW FAR SUBPART 5652.204-9005 Accounting for Contract Services/ Contractor Manpower Reporting (2006) Section K1, as prescribed in 5604.680: The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will electronically report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor shall complete all the information in the format using the following web address https://contractormanpower.army.pentagon.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purpose of reporting this information); (11) Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). The reporting period is the period of performance not to exceed 12 months ending September 30 of each government fiscal year. The data must be reported by 31 October of each year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's system to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. (v) The non FAR Part 12 discretionary FAR, DFARS, AFARS and Local clauses herein are incorporated into this contract either by reference or full text: If incorporated by reference see clause 52.252-2 for locations where full text can be found. The following clauses are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) Alternate 1 (Oct 2010); 52.203-12 Limitations on Payments to Influence Certain Federal Transactions (Oct 2010); 52.204-4 Printed or Copied Double-sided on Post Consumer Fiber Content Paper (May 2011); 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010); 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011); 52.219-14 Limitations on Subcontracting (Nov 2011); 52.219-28 Post Award Small Business Program Re-representation (Apr 2012); 52.222-3, Convict Labor (June 2003); 52.222-21 Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Veterans (Sep 2010); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010); 52.222-37 Employment Reports on Veterans (Sep 2010; 52.222-50, Combating Trafficking in Persons (FEB 2009); 52.222-54 Employment Eligibility Verification (Jul 2012); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); 52.224-1 Privacy Act Notification (Apr 1984); 52.224-2 Privacy Act (Apr 1984); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008); 52.228-5 Insurance-Work on a Government Installation (Jan 1997); 52.232-18 Availability of Funds (APR 1984); 52.232-33 Payment By Electronic Funds Transfer- Central Contractor Registration (Oct 2003); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984); 52.237-3 Continuity of Service (Jan 1991); 52.242-13 Bankruptcy (Jul 1995); 252.201-7000 Contracting Officer's Representative (Dec 1991); DFARS 252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011); DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (Jan 2009); DFARS 252.204-7000 Disclosure of Information (Dec 1991); DFARS 252.204-7003 Control of Government Personnel Work Product (Apr 1992); 252.209-7004 Subcontracting with Firms That are Owned or Controlled by the Government of a Terrorist Country (Dec 2006); 252.232-7003 Electronic Submission of Payment Request and Receiving Reports (Mar 2008); 252.232-7010 Levies on Contract Payments (Dec 2006); DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991); 252.243-7002 Requests for Equitable Adjustment (Mar 1998). The following clauses are incorporated in full text: 52.209-9 Update of Publicly Available Information Regarding Responsibility Matters (Jan 2012) 52.217-8 Option to Extend Services (NOV 1999). The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days before contract expires. 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years. 52.219-28 Post-Award Small Business Program Re-representation (Apr 2012) and 52.222-40 Notification of Employee Rights Under the national labor Relations Act (Dec 2010) applies to this requirement. 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) 52.252-2 Clauses Incorporated by Reference (FEB 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: www.arnet.gov/far, www.dtic.mil/dfars, or www.farsite.hill.af.mil. 52.252-6 Authorized Deviations in Clauses (APR 1984). (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of DoD FAR Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. 252.204-7008 Export Controlled Items (Apr 2010) applies to this requirement. 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Dec 2011) (Deviation). HIPPA Clause 5001 Health Insurance Portability and Accountability Act (June 2012). See full text of clause on page 23-27 of the attached Performance Based Work Statement (PBWS). WIDE AREA WORKFLOW (WAWF) ARMY ELECTRONIC INVOICING INSTRUCTIONS Electronic Submission of Payment Request Contractor shall submit payment request using the Wide Area Workflow -Receipt and Acceptance (WAWF-RA) (see instructions below) DFAS POC and Phone:___CUSTOMER SERVICE 1-888-332-7366___________________ WAWF-RA is the method to electronically process vendor request for payment. This application allows DOD vendors to submit and track Invoices and Receipt/Acceptance documents electronically. Contractor electing to use WAWF-RA shall (i) register to use WAWF-RA at https://wawf.eb.mil and (ii) ensure an electronic business point of contract (POC) is designated in the Central Contractor Registration site at http://www.ccr.gov within ten (10) calendar days after award of this contract/order. WAWF- RA Instructions Questions concerning payments should be directed to the Defense Finance and Accounting Service: HQ 0490 DFAS - INDY VP GFEBS 8899 E. 56th Street Indianapolis, IN 46249-3800 Phone: 1-888-332-7366 Fax: 1-877-701-5069 (Same as block 18a of your purchase order/contract). Please have your purchase order/contract number ready when calling about payments. You can easily access payment and receipt information using the DFAS web site at http://www.dfas.mil/money/vendor. Your purchase order/contract number or invoice number will be required to inquire status of your payment. The following codes and information will be required to assure successful flow of WAWF-RA documents. TYPE OF DOCUMENT[X the appropriate block] ___ Commercial Item Financing ___ Construction Invoice (Contractor Only) ___ Invoice (Contractor Only) ___ Invoice and Receiving Report (COMBO) _X__ Invoice as 2-in-1 (Services Only) ___ Performance Based Payment (Government Only) ___ Progress Payment (Government Only) ___ Cost Voucher (Government Only) ___ Receiving Report (Government Only) ___ Receiving Report With UID Data (Government Only) ___ Summary Cost Voucher (Government Only) CAGE CODE: ISSUE BY DODAAC: W91YTV ADMIN BY DODAAC: W91YTV INSPECT BY DODAAC: ACCEPT BY DODAAC: SHIP TO DODAAC: LOCAL PROCESSING OFFICE DODDAC: PAYMENT OFFICE FISCAL STATION CODE: HQ0490 EMAIL POINTS OF CONTACT LISTING: INSPECTOR: ACCEPTOR: RECEIVING OFFICE POC: CONTRACT ADMINISTRATOR: Pamela.w.owens@us.army.mil CONTRACTING OFFICER: Gloria.brogsdale@us.army.mil ADDITIONAL CONTACT: Pamela W. Owens Tel: 706-787-0293 E-mail: Pamela.w.owens@us.army.mil (End of clause) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (JULY 2010) (Deviation) applies to this acquisition. Full text of provisions and clauses may be accessed electronically at the following address: http://www.arnet.gov/far or www.dtic.mil/dfars or www.farsite/hill.af.mil. Point of Contact for this solicitation is Ms. Pamela Owens, Contract Specialist via phone: 706 787-0293 or e-mail (above).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/MEDCOM/DADA08/W91YTV-12-R-0032/listing.html)
 
Place of Performance
Address: Martin Army Community Hospital Physical Therapy Clinic Fort Benning GA
Zip Code: 31905-6006
 
Record
SN02869641-W 20120907/120906002710-46d8e5ed1f3b6e0f3ac43f72943641e0 (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.