Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2017 FBO #5712
SOLICITATION NOTICE

Q -- Occupational Medical Services

Notice Date
7/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Bureau of Reclamation Lower Colorado Region Regional Office 500 Fir Street Boulder City NV 89005 US
 
ZIP Code
00000
 
Solicitation Number
R17PS00954
 
Response Due
8/4/2017
 
Archive Date
8/31/2017
 
Point of Contact
Bailey, Elizabeth
 
Small Business Set-Aside
N/A
 
Description
(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. (ii) A request for quote (RFQ No. R17PS00954) is being issued subsequent to this combined solicitation/synopsis. The RFQ and all associated documents may be found by going to the following website: https://www.fedconnect.net/, then clicking on ¿Search Public Opportunities Only ¿, and then searching by ¿Reference Number ¿ R17PS00954. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular number 2005-95. (iv) This requirement is being issued on an unrestricted basis. The North American Industry Classification System (NAICS) Code for this acquisition is 621111 - Offices of Physicians. The small business size standard is $11 million. (v) Line Items - Offerors shall furnish firm fixed pricing for performing all required medical services in accordance with the Attachment 1- Performance Work Statement. All contractor pricing is to be provided in Attachment 3 ¿ Price Schedules. (vi) The Bureau of Reclamation has a requirement for one or more contractors to provide medical examinations including medical surveillance, preventive medical services, and clearance examinations to meet regulatory requirements that are based on employee job descriptions and job tasks. A Board Certified Occupational Health Physician /Medical Review Officer will need to evaluate medical examinations to; determine fitness for duty, to certify mandatory clearances, to provide ¿excursion ¿ assessments such as for blood borne pathogen or toxic exposure incidents. Reclamation anticipates awarding one or possibly two firm-fixed price Indefinite Delivery /Indefinite Quantity (IDIQ) type contracts as a result of this RFQ. Reclamation will evaluate offers received and determine if one award or two awards is in the Government ¿s best interest. Offerors may offer services in Arizona, Nevada or in both locations. The Government will order and the contractor shall furnish at least the guaranteed minimum dollar value specified below during the two year term of the IDIQ. There are no guaranteed quantities. Each award scenario (1 award for services in both NV and AZ or 2 awards, 1 for services in NV and 1 for services in AZ) has a specific guaranteed dollar value and not to exceed amount; If One (1) IDIQ award is made for NV and AZ Services: Guaranteed Minimum Dollar Value over 2 Year Performance Period: $65,000 Not to Exceed Dollar Value over 2 Year Performance Period: $225,000 If Two (2) IDIQ awards are made: Nevada Only Services Guaranteed Minimum Dollar Value over 2 Year Performance Period: $50,000 Not to Exceed Dollar Value over 2 Year Performance Period: $140,000 Arizona Only Services Guaranteed Minimum Dollar Value over 2 Year Performance Period: $15,000 Not to Exceed Dollar Value over 2 Year Performance Period: $85,000 (vii) The performance period will begin on or about October 2017 and will run for two years. (viii) THE FOLLOWING CLAUSES, PROVISIONS, AND ADDENDUMS ARE APPLICABLE TO THIS COMMERCIAL ITEM ACQUISITION: FAR provision 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFQ. The following addendum is also applicable to this RFQ. a.Addendum to FAR 52.212-1 ¿Quote Submission Instructions This addendum replaced the term ¿offer ¿ with ¿quote ¿ within the provision 52.212-1. In addition to the requirements of the Instructions to Offerors - Competitive Acquisitions provision of this solicitation, each offeror shall submit a quote in accordance with the instructions contained in this provision. (A) GENERAL QUOTATION INSTRUCTIONS (1) Quotation package shall: a) be specific and complete in every detail, b) conform 100% to all solicitation terms, conditions, provisions, clauses and requirements, c) be logically assembled, practical, legible, clear, concise, coherent, and indexed, d) have numbered pages. (2) Arrangement of Quotation Package: The quotation package shall consist of a two separate documents: 1) Technical Submittal (which shall not exceed 30 total pages) and 2) Pricing Quotation ¿ Complete - Solicitation Attachment 3. Four (4) hard copies of each document shall be submitted. Offerors must acknowledge all Amendments posted on FBO and FedConnect. (3) Submit the following information: Dun and Bradstreet Number Systems (DUNS): ______________ Contractor E-mail Address: ______________________________ (4) The Technical Submittal shall address three (3) technical evaluation factors not related to price. To prepare the Technical Submittal for Reclamation, review Section B. Technical Submittal Instructions of this provision and 52.212-02 ¿ Evaluation of Commercial Items. Your Technical Submittal must address in detail all of the elements specified under Factor 1 - Technical Approach, Factor 2 - Experience and Factor 3- Past Performance. (5) Pricing Quotation shall be prepared in accordance with Section C. Pricing Quotation Instructions. (6) Submission of Quotation Package: All responses to this Request for Quotations shall be sent to the attention of Liz Bailey, Contract Specialist and clearly marked on the outside package with the RFQ No. R17PS00954, the time and date for receipt of quotations and the name and address of the offeror. The Government is not responsible if offers are marked incorrectly and not received by the date and time set for closing. Mailed quotation packages can be sent to Bureau of Reclamation, P. O. Box 61470, Boulder City, NV 89006, Liz Bailey LC-10202. If you are sending by express mail, send to Bureau of Reclamation, Lower Colorado Region To Liz Bailey LC-10202 at 500 Date Street Boulder City, Nevada, 89005. Paper copies are required. Electronic quotations are not authorized, nor may portions of your quotation be submitted electronically. If you have questions please contact Liz Bailey at eebailey@usbr.gov or call at 702-293-8460. Hand carried offers can be dropped off at Building 1400 which is located off of Date Street. Please go to the main door and buzz for the receptionist. Ask for someone from the Contracting Division to take your proposal. It is best to call ahead if you wish to drop off your quotation package. To prevent your quotation package from mishandling, please follow the instructions. See paragraph (xv) below for date and time when offers are due. (B) Instructions for Addressing Technical Factors: Submit signed and dated offers to the office specified in this solicitation on or before the exact time specified in this solicitation. Offers may be submitted along with a signed SF 1449 which is in the RFQ package. At a minimum, your offer shall -- (1) Identify the name, address, and telephone number of the offeror and the primary point of contact at the company. The names, addresses, telephone numbers and point of contact information for all facilities / subcontractor locations where physicals will be performed and / or that will be used for providing the required medical tests/services. Identify the performance locations and their proximity (mileage/distance) from the Government office locations found in paragraph 6 of the PWS. (2) Address Technical Acceptability ¿ Give detailed explanations of proposed approaches to performing and accomplishing the task described in the Performance Work Statement (PWS). Address all acceptability criteria listed in Factor 1. (3) Experience ¿ Provide experience information on projects performed on in the last five (5) years where services provided were similar in scope and to the services required in the PWS. For experience offer shall complete an Experience Form for each project (see RFQ Attachment 5). Also under Experience, the offer shall identify and submit details regarding the experience and qualifications of all key personnel proposed to work on the project. At a minimum, resumes and proof of current licenses are required for a Project Manager/Lead and a Board Certified Occupational Health Physician / Medical Review Officer. Both of these key personnel must have a minimum of 5 years of experience performing services comparable to those required in the Performance Work Statement. (4) Past Performance ¿Offerors are to submit information on at least 3 contracts performed on in the last 5 years where services performed were similar in scope and magnitude to the PWS. When submitting Past Performance information on similar projects, at a minimum, the offeror must provide the following information: Reference information shall include customer information, contract numbers, points of contact with telephone numbers, a description of the effort any other relevant information that demonstrates previous performance history. If the offeror has not previously performed these services and intends to use a subcontractor, the same information is required for all proposed subcontractors. Explain the types and number of occupational and certification physicals that offeror/subcontractors perform annually. (5) Price and any discount terms. (Complete Attachment 3) You may offer services in just one location or both. Please indicate any restrictions. (6) ¿Remit to ¿ address, if different than mailing address; (7) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (8) Acknowledgment of Solicitation Amendments, if any; (9) Provide the specific locations where physicals will be performed, Street address, city and state for each location. (C) PRICING QUOTATION INSTRUCTIONS (1) Offer shall submit a completed copy of Attachment 3 ¿Price Schedules. Offerors are hereby notified that even though additional data to support proposed prices are not initially requested in this solicitation, the Contracting Officer reserves the right to request such data if they are later found necessary. (ix) FAR provision 52.212-2, Evaluation- Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following four (4) evaluation factors shall be used to evaluate offers: Technical Approach Experience and Experience of Key Personnel Past Performance Price Proposed prices will be reviewed for price reasonableness and any instances of unbalanced pricing Basis for award will be best-value ¿trade-off. ¿ An offeror ¿s technical merit is more important than price in the award evaluation process. (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 options. (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. Technical Evaluation Criteria: Factor 1 - Technical Acceptability: The offeror shall provide a detailed description of their approach for managing and performing all services required in the PWS. The offeror ¿s submittal information must clearly reflect that the offeror has the necessary personnel, expertise and available resources to successfully perform the tasks described in the PWS while complying with all Federal, State and local licensing and operating regulations. At a minimum, the offeror shall provide a brief history of the entity and explain how the offeror proposes to meet the requirements of the Performance Work Statement. It shall address and clearly demonstrate that the offeror (and any proposed sub-contracted providers) has the following credentials and in place processes: (i) Show current licenses to practice in the state(s) where service will be provided; Show current certification by the national Board of Occupational Medicine, (ii)Professional practice liability insurance minimum coverage of $1, 000,000 per occurrence and $3,000,000 in aggregate. (iii)Access directly or via contract to certified laboratory services for blood and urine; and the laboratory must demonstrate current certification of program quality such as by accreditation by the College of American Pathologist, certification as a Medicare provider, or participation in the American Association for Clinical Chemistry. (iv)Access directly or via contract to radiology services including over-reads by board certified radiologist for any asbestos or silica exposure, individuals certified to perform ¿B readings ¿. (v)Certified, regularly calibrated equipment for pulmonary function testing, audiometry, and electrocardiography; (vi)Address mechanisms in effect to avoid conflict of interest, such as self-referral, in the services they provide. (Example: DOI employees requiring follow-up care should be referred to the employee ¿s personal physician) (vii) Demonstrate a system of medical records that ensures the physical security and confidentiality of records, with release of information from an employee ¿s record, or about an employee ¿s health status or clearances, only upon prior written consent from that employee, or by the direction of the Employee Medical File System Manager or designee. The Government will evaluate this factor to determine if the offeror meets the technical criteria contained in the PWS and has the necessary personnel, expertise, qualified facilities and resources to successfully manage and perform the services described in the PWS. Factor 2 ¿ Experience: Offeror must demonstrate experience performing on projects in last five (5) years where services provided were similar in scope and to the services required in the PWS. The offeror shall also identify and submit details regarding the experience and qualifications of all key personnel proposed to work on the project. At a minimum, resumes and proof of current licenses are required for a Project Manager/Lead and a Board Certified Occupational Health Physician / Medical Review Officer. Both of these key personnel must have a minimum of 5 years of experience performing services comparable to those required in the Performance Work Statement. name of the project; description of the work; contract number; contract period of performance; name and address of the client; and name(s) and telephone number(s) of references from the client who may be contacted for further information. To show experience offeror is to complete a copy of RFQ Attachment 5 for each project provided under this factor The Government will evaluate this factor to determine if the offeror and/or any proposed subcontractors and proposed key personnel have experience performing on comparable projects and that they possess the necessary credentials and level of expertise to provide the medical services required in the PWS. Factor 3: Past Performance: Offerors are to demonstrate satisfactory performance on at least 3 contracts performed on in the last 5 years where services performed were similar in scope and magnitude to the PWS. When submitting Past Performance information on similar projects, at a minimum, the offeror must provide the following information for each project: name of the project; description of the work; contract period of performance; contract number current email addresses name and address of the client; initial contract amount and final contract amount; any problems encountered in performance of the work and corrective action(s) taken; name(s) and telephone number of references who may be contacted for further information. An offeror without relevant past performance, or for whom information on past performance is not available; a Neutral rating will be assigned. Offerors are encouraged to submit past performance information on projects where they performed work as subcontractors or as part of a team or joint-venture as well as on work where they performed as the prime contractor. Also, if you intend to use a partner arrangement and/or a subcontractor to perform on this work, past performance information should be submitted for them as well. Offerors shall specifically identify in their proposal any past performance shown that is attributed to current or to prospective employees and or subcontractors. The Government may also use past performance information obtained from sources other than those identified by the offeror. Information obtained from the Past Performance Information Retrieval System (PPIRS) located at https://www.ppirs.gov/ is one of the sources that will be utilized. PPIRS functions as the central warehouse for performance assessment reports received from several Federal performance information collection systems and is sponsored by the DOD E-Business Office and administered by the Naval Sea Logistics Center Detachment Portsmouth. The Government will also use information obtained from The Federal Awardee Performance and Integrity Information System (FAPIIS) located at https://www.ppirs.gov/fapiis.htm. The Government will evaluate the offeror ¿s Past Performance information for currency relevancy, source of the information, context of the data, and general trends in the contractor ¿s performance to determine the Government ¿s confidence in the likelihood of the offeror successfully completing the contractual requirements. Factor 4: Price (a) For award evaluation purposes, the Government will use the total evaluated price which will be derived by summing the total pricing of all contract line items. All proposed prices will be evaluated for price reasonableness and balanced pricing. (End of Provision) (x) - (xiv) See all applicable Clauses and Provisions in attached RFQ package. In addition to the RFQ Package there are 5 additional Attachments to this RFQ ¿ Attachment 1 - Performance Work Statement, Attachment 2 - Physical Examination Categories, Attachment 3 - Price Schedules, Attachment 4 - Applicable Wage Determinations, Attachment 5 - Experience. (xv) All questions shall be submitted via email to eebailey@usbr.gov by no later than 4:00 PM on Tuesday, July 25, 2017. No additional questions will be accepted after this date. Questions asked and answers provided will be posted via Amendment to FBO and Fed Connect prior to the closing date. Please be sure to check for Amendments be offering as all Amendments must be acknowledged in your quotation package. Offerors are due no later than 2:00 PM Pacific Daylight time on August 4, 2017. Responsible offerors are requested to submit a quote for this requirement. Offerors shall submit all the requested information listed under (viii) FAR provision 52.212-1, Instructions to Offerors ¿ Commercial Items, a. Addendum to FAR 52.212-1 - Quote Submission Instructions, and (ix) FAR Provision 52.212-2, Evaluation to be considered for award. All documents pertaining to this RFQ are located at www.fedconnect.net, Reference Number R17PS00954 (xvi) The Point of Contact for this solicitation is Liz Bailey, Contract Specialist. She may be reached via e-mail at eebailey@usbr.gov, or by phone at 702-293-8460. *End of Combined/Synopsis Solicitation ¿ Please see all 7 applicable Attachments to this RFQ posted in Fed Connec
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3ea37f8339b827f9967e37274d31d16c)
 
Record
SN04576496-W 20170714/170712234838-3ea37f8339b827f9967e37274d31d16c (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.