SOLICITATION NOTICE
Q -- Dental Services at Treasure Lake Job Corps Center - Package #1
- Notice Date
- 11/12/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621210
— Offices of Dentists
- Contracting Office
- Department of Agriculture, Forest Service, WO-AQM JC Support, 740 Simms Street, Job Corps Acquisition Support Branch, Golden, Colorado, 80401, United States
- ZIP Code
- 80401
- Solicitation Number
- AG-82A7-S-14-0008
- Archive Date
- 12/17/2013
- Point of Contact
- Anthony R Martinez, Phone: 3032755416, Brian N. McCabe, Phone: 3032755305
- E-Mail Address
-
anthonyrmartinez@fs.fed.us, bmccabe@fs.fed.us
(anthonyrmartinez@fs.fed.us, bmccabe@fs.fed.us)
- Small Business Set-Aside
- N/A
- Description
- SF-1449 Wage Determination No. 2005-2526, Revision 14, Dated 06/19/2013 Quoter Questionaire Schedule of Services and Statement of Work Additional Requirements for Dental Services at Treasure Lake Job Corps Center The Government seeks to establish a fixed price contract to provide Dental Services to Treasure Lake Job Corps Center (the center) located in Indiahoma, Comanche County, Oklahoma. The Center estimates that Dental Services will be required, on average, 960 hours a year. The schedule for services provided by the Dentist, Dental Assistant, and Dental Hygienist shall each be 1 day per week. The Dentist and Dental Hygienist will each work 6 hours per day and the Dental Assistant will work 8 hours per day. The estimated requirement is 48 weeks of service per contract period. Three hours of emergency services has also been included in the schedule of services, bringing the total dental services including Dentist, Hygienist, Assistant and emergency services to 960 hours. (i) 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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number for this requirement is AG-82A7-S-14-0008 and is issued as a request for quotation (RFQ) under the authority of FAR 13.5. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69. (iv) This acquisition is not subject to a small business set-aside. The associated NAICS code is 621210 and small business size standard for this NAICS code is $7M. (v) The Schedule of Services applicable to this acquisition provides a list of contract line item numbers, items, quantities, and units of measure, including contract options, for the services required. The pricing portions of this Schedule of Services should be filled out and submitted as part of any quote submitted in response to this combined synopsis/solicitation. See Attachment 1 for the Schedule of Services applicable to this acquisition. (vi) This requirement is for Dental Service for students at the Treasure Lake Job Corps Center. The Contractor shall provide all management, supervision, labor, supplies, materials, and equipment (except as otherwise specified herein); to plan, schedule, and coordinate as necessary; and to ensure effective performance of all services as specified in the attached Performance Work Statement (PWS). NOTE: This requirement does include provision of emergency services, for which Contractor personnel must be available by telephone 24/7 throughout the contract performance period. (vii) Dental Services will be required on-site at Treasure Lake Job Corps Center, located at 1111 Indiahonma Road, Indiahoma, Oklahoma 73552. Contractor personnel will perform all work required in the PWS, Monday - Friday, excluding Federal holidays. Specific days and hours of duty shall be agreed to through coordination with Center personnel (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following addendum applies to the provision: See Solicitation Attachments for additional information and required quotation submittals. (ix) The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following is the specific evaluation criteria to be included in paragraph a: 1. Technical Capability: This criteria will include, but may not be limited to, the evaluation of: key personnel and substitute personnel's resumes; proof of required professional license(s); proof of liability insurance; and quoter's understanding of the requirement as reflected by the information provided the quote. 2. Past Performance: This criteria will include, but may not be limited to, the evaluation of: past performance information provided by each quoter, quoter's professional references, and any other past performance information available to the Contracting Officer. 3. Price (x) Quoters must electronically complete FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items, at www.SAM.gov before submitting the quote. Offer must confirm in the Offeror Questionnaire (see Solicitation Attachment 1) that quoter has electronically completed the provision FAR 52.212-3, the annual representations and certifications, at www.SAM.gov. The complete provision can be found at https://www.acquisition.gov/far/loadmainre.html. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addendum to the clause will be included in any contract awarded for this requirement: "In accordance with FAR 12.302, the following paragraphs of this clause have been tailored, all other paragraphs remain unchanged: (c) Changes (tailored). Changes in the terms and conditions of this contract may be made only by written agreement of the parties. NOTE: The Government has sole discretion to exercise contract options on a unilateral basis in accordance with clauses 52.217-8 and 52.217-9." (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: insert list here. (xiii) The following additional contract requirements and terms and conditions apply to this acquisition: -- FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) -- FAR 52.217-8 Option to Extend Services (Nov 1999) Fill-in: 30 calendar days prior to contract expiration date -- FAR 52.217-9 Option to Extend the Term of the Contract (Mar 200) Fill-in: 60 calendar days prior to contract expiration date; at least 30 days before the contract expires -- FAR 52.228-5 Insurance - Work on a Government Installation (Jan 1997) -- FAR 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997) Fill-in: $1,000,000 per specialty per occurrence -- AGAR 452.224-70 Confidentiality of Information (Feb 1988) -- AGAR 452.237-74 Key Personnel (Feb 1988) Fill-in: Dentist --Special Clauses: Restrictions Against Disclosure (Feb 1988) & Reporting Child Abuse (xiv) N/A (xv) Quotes must be delivered by December 2, 2013, no later than 11:00 AM Mountain Standard Time via email to Tony Martinez at anthonyrmartinez@fs.fed.us. In cases where the Contract Specialist is unavailable, the quote may be submitted to the Contracting Officer at Brian McCabe at bmccabe@fs.fed.us.. (xvi) All correspondence regarding this solicitation must be sent electronically via email only. See Solicitation Attachments for the Quoter Questionnaire, Schedule of Services, Performance Work Statement and Wage Determination No. 2005-2526, Revision 14, 06/19/2013. The Government is anticipating awarding a one year contract with four-one year options, for a total contract period not to exceed five years. Attached Documents: Dental Services Treasure Lake-update.docx Wage Determination No. 2005-2526, Revision 14, Dated 06/19/2013 Additional requirements QUOTER QUESTIONAIRE Shipping Address (1) Anthony Martinez: WO-AQM Job Corps Support Branch 740 SIMS STREET Golden, CO 80401 Individual Receiving Shipment ANTHONY MARTINEZ 303 275-5416 ANTHONYRMARTINEZ@FS.FED.US
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/333f9a1a9e10b173ba1434c08fdb64ca)
- Place of Performance
- Address: Treasure Lake Job Corps Center, 1111 Indiahoma Road, Indiahoma, Oklahoma, 73552, United States
- Zip Code: 73552
- Zip Code: 73552
- Record
- SN03231968-W 20131114/131112233837-333f9a1a9e10b173ba1434c08fdb64ca (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 |