Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2017 FBO #5587
SOLICITATION NOTICE

Q -- Medical Services May-June - PWS - Event List - QASP

Notice Date
3/9/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for California, PO Box 8104, San Luis Obispo, California, 93403-8104
 
ZIP Code
93403-8104
 
Solicitation Number
W912LA-17-T-0004
 
Archive Date
4/25/2017
 
Point of Contact
Uriel Ramirez, Phone: 9163694968, Amber Milton, Phone: 8052388606
 
E-Mail Address
uriel.ramirez7.mil@mail.mil, amber.c.milton.mil@mail.mil
(uriel.ramirez7.mil@mail.mil, amber.c.milton.mil@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
QASP Events List PWS USPFO for CA Medical Solicitation The USPFO for California intends to issue a Request for Proposal (RFP) for Medical Services to provide mobile medical services that are HIPAA, Privacy Act, OSHA & ADA compliant, and operate at various locations throughout California. Mobile practices must have capability for real-time, point-of-service e-PHA, DOEHRS, and MEDPROS upload. This requires the contractor to have high-speed, broadband or satellite communications channel. The contractor must provide event managers and support staff equipped with the military common access card (CAC). Workstations with barcode scanning capability to ensure high quality standards of data entry are required. The basic contract will be administered, (e.g. issuing modifications, exercising options), by SGT Uriel Ramirez (Contract Specialist) uriel.ramirez7.mil@mail.mil and SFC Amber Milton amber.c.milton.mil@mail.mil (Contracting Officer) at the California United States Property and Finance Office, Purchasing and Contracting Division, 10620 Mather Blvd, Sacramento, CA 95655. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Prototypical Project. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate the price proposal and portions of the technical proposal. Interested offerors must be registered in System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities system (FedBizOpps.gov or fbo.gov) contractors and subcontractors interested in this project must register at this site. The plans and specifications will be distributed using the Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. Any explanation desired by an offeror regarding the meaning or interpretation of the solicitation, for proposals, drawings, specifications, etc. must be requested in writing and with sufficient time allowed for a reply to reach offerors before the submission of their offer. The Contracting Officer reserves the right to address questions received after the fifth day prior to the solicitation closing with those offers deemed responsive and/or in the competitive range after closing. All questions and requests for information (RFI) must be received NOT LATER THAN the fifth working day prior to closing and will be posted not later than two working days prior to closing. OFFERORS ARE STRONGLY ENCOURAGED TO SUBMIT QUESTIONS EARLY IN THIS PROCESS. Any interpretations made will be in the form of an amendment of the solicitation, drawings, specifications, etc., and will be furnished to all prospective offerors via posting to https://www.fbo.gov Receipt by the offeror must be acknowledged in the space provided on the SF 1442 or by returning a signed copy of the amendment by the time set for receipt of proposals. Explanations or instructions given in a form other than an amendment to the solicitation shall not be binding. Questions (on a non-attribution basis) and answers shall be furnished to all prospective offerors via the web site. Submit request for information, by email to the contracting office at the address show below. Subject Line: Reference No. W912LA-17-T-0002 Email: uriel.ramirez7.mil@mail.mil, Date of Inquiry: From: Company Name: Address: Phone Number: Email address: Question: (Please clearly state your question) (If sent via an attachment word docs are preferred to facilitate posting of answers to the master Q&A document) The right is reserved, as the interest of the Government may require, to revise or amend, the specifications or drawings or both prior to and/or after the date set for receipt of proposals as necessary. Such amendments, if any, will be announced by an amendment or amendments to this Request for Proposal. All information relating to this RFP, including pertinent changes/amendments and information prior to the date set for receipt of proposals will be posted on the following website: https://www.fbo.gov For security reasons, all technical and engineering data related to this solicitation will be distributed using the Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. FedBizOpps registration requires the following information: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps.gov or fbo.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies. The wage rate requirements is applicable to the prototypical project. Prevailing wage determination information, current at time of issuance of solicitation, is found in the prototypical offering form, Exhibit E. In the event the current prevailing Wage Determination is changed by the Department of Labor prior to closing date of this solicitation it is the offeror's responsibility to ensure the most recent determination is used in preparing the proposal. An Amendment may not be issued prior to closing to change Wage Determination dates and/or numbers. Applicable wage rates can be found at: http://www.wdol.gov/dba.aspx. This RFP does not commit the Government to pay costs incurred in preparation and submission of initial and subsequent proposals or for other costs incurred prior to award of a formal contract. In compliance with FAR Subpart 4.8, the Government will retain one copy of all proposals. The Government will destroy extra copies of proposals. No destruction certificate will be provided. Offerors are cautioned to strictly comply with all instructions within this solicitation to ensure submission of a complete proposal. Failure to furnish a complete proposal, at the time of proposal submission, may result in the proposal being unacceptable to the Government and eliminated from consideration for award. The offeror is hereby advised that its proposal is presumed to represent its best and final offer in response to this solicitation. Offeror may, at the discretion of the Government, be asked to provide information for clarification purposes regarding their proposals. Requests for such clarification information do not constitute discussions. If the offeror takes exception to any of the requirements specified in this solicitation, the offeror shall clearly identify each exception and include a complete explanation of why the exception was taken and what benefit accrues to the Government. All exceptions to the solicitation requirements and supporting rationale shall be included in an addendum to the proposal and clearly labeled "Exceptions". An addendum is only required if the offeror takes exception to any requirement in the solicitation. (The Addendum does not have a page limitation, but shall only include information relevant to exceptions taken to the solicitation requirements.) The Government will assume an offeror takes no exceptions to any solicitation requirement if the offeror does not submit an Addendum identifying exceptions. Offerors are advised that solicitation requirements are not necessarily negotiable and such exceptions may render an offeror's proposal unacceptable and ineligible for award. Clauses and provisions from the Federal Acquisition Regulation (FAR) and supplements thereto are incorporated in this document by reference and in full text. Those incorporated by reference have the same force and effect as if they were given in full text. Clauses and provisions in this document may not appear in consecutive order. The Contractor shall provide all management, labor, qualified personnel, material, equipment certifications and supplies necessary to perform the medical services to support the CAARNG's needs. The Contractor shall perform mobile medical services that require knowledge of federal, state, and/or local regulations and statutes, as well as Army, DoD, and National Guard regulations and other documentation. In addition, the Contractor shall support the CAARNG mission by ensuring quality assurance of its products and services. Contractor employees shall perform only those services and only during periods covered by the Task Order. No other services and only Government business may be conducted on Government premises. The contractor shall conduct PHAs as directed by the US Army Office of the Surgeon General (OTSG), in accordance with AR 40-501. The contractor shall conduct specialty and flight exams in accordance with AR 40-501 and applicable ATBs and APLs. Flight surgeon review and validation, as necessary, will be conducted by, and at the discretion of, the CAARNG State Surgeon's Office. The contractor shall conduct physicals in the mobile health practice or portable-equipment set-up. The contractor shall conduct vision testing in accordance with AR 40-501 and applicable ATBs and APLs. The contractor shall conduct audiometry in accordance with AR 40-501. Audiometry must be DOEHRS-compatible. Audiology evaluations and Speech Recognition In Noise Test (SPRINT) will be performed IAW all applicable Federal, DoD, MEDCOM, NGB, and State guidelines. The contractor must have DOEHRS and hearing conservationist mobile health practices that have sound-deadening material and construction to comply or exceed standards set so that the hearing test is compliant. The contractor shall conduct immunizations in accordance with AR 40-562 and other pertinent guidelines. Immunizations shall include, but not be limited to: Influenza, yellow fever, typhoid, tetanus-diphtheria, and hepatitis-A, hepatitis-B, and polio. The contractor shall conduct all phlebotomy services such as HIV blood draws, G6PD testing, pregnancy testing, Pap smear testing, and lipid profiles in accordance with AR 40-501 for an undetermined number of soldiers at undetermined facilities throughout the State of California, which will be identified in each delivery order. HIV specimens will be handled in accordance with the guidelines of the laboratory that is currently under contract with NGB for testing. The contractor shall utilize the shipping method as designated by the NGB HIV contractor. The contractor shall conduct DNA collection in accordance with AR 40-501 for an undetermined number of soldiers at undetermined facilities throughout the State of California, which will be identified in each delivery order. The contractor will utilize supplies and procedures as specified by the CAARNG State Surgeon's Office for all DNA testing. The contractor's safety program shall include equipment training, occupational safety, health and fire protection guidance to ensure the protection and health of all work personnel. Due to the size of the CAARNG force and need for very large, short-termed events, contractor shall be able to provide a fleet of a minimum of 3 mobile health practices in order to accommodate multiple large events simultaneously. Due to the nature of many drill weekends, annual training events, and a busy schedule for soldiers, mobile health practices must have the ability for rapid movement in case of emergency, change of schedule, or event location change. Placement and movement of mobile health practices need to be conducive to the serviced unit's training schedule. Contractor must be able to respond with 2 weeks' notice anywhere within California. Towns and cities shall include but are not limited to: Atascadero Auburn Azusa Bakersfield Banning Bell Burbank Chico Dublin El Cajon Escondido Eureka Fairfield Ft. Irwin Fresno Glendale Inglewood Long Beach Mather Modesto National City Oceanside Ontario Orange Oroville Pittsburg Redding Riverside Roseville Sacramento San Bernardino San Diego San Francisco San Jose Los Alamitos Madera San Lorenzo San Luis Obispo San Mateo San Pedro Santa Barbara Santa Cruz Santa Rosa Seaside Stockton Turlock Van Nuys Vallejo Visalia Walnut Creek The North American Industry Classification System (NAICS) code for this effort is 621111 and the Small Business Administration (SBA) size standard is $11 million. These anticipated contracts will consist of a Base Award Period of six (6) months and will range from $100,000.00 to $500,000.00. The selection process will be conducted in accordance with FAR Part 15 source selection procedures. Proposals will be evaluated on Past Performance, Technical, and Price Evaluation of a Prototypical Project. Prospective offerors must submit a written past performance and technical proposal and a price proposal for the prototypical project to be considered for award. The prototypical project will be used to evaluate the price proposal and portions of the technical proposal. Interested offerors must be registered in System for Award Management (SAM). To register go to: https://www.sam.gov/portal/public/SAM/. You will need your DUNS number register. Instructions for registering are on the web page. The solicitation and associated information will be available from the Federal Business Opportunities system (FedBizOpps.gov or fbo.gov) contractors and subcontractors interested in this project must register at this site. The plans and specifications will be distributed using the Federal Business Opportunities (FedBizOpps.gov or fbo.gov) system. FedBizOpps is a web-based dissemination tool designed to safeguard acquisition-related information for all Federal agencies. Interested bidders/offerors must register with FedBizOpps before accessing the system. This solicitation is not a competitive bid and there will not be a formal public bid opening. All inquiries must be in writing, preferable via email to the persons specified in the solicitation. All answers will be provided in writing via posting to the web. If you have any questions concerning this procurement you are encouraged to Email your questions to uriel.ramirez7.mil@mail.mil DISCLAIMER: The official plans and specification are located on the official government web page and the Government is not liable for information furnished by any other source. Amendments, if/when issued will be posted to the FedBizOpps.gov or fbo.gov for electronic downloading. This will normally be the only method of distributing amendments prior to closing; therefore, it is the offerors responsibility to check the website periodically for any amendments to the solicitation. Websites are occasionally inaccessible due to various reasons. The Government is not responsible for any loss of Internet connectivity or for an offerors inability to access the documents posted on the referenced web pages. The Government will issue no paper copies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA-17-T-0004/listing.html)
 
Record
SN04429608-W 20170311/170309234533-e532b30e7b17f1f840dedb0d669b5fc2 (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.