Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 03, 2018 FBO #5944
SOLICITATION NOTICE

Q -- Operation Medical Director - FULL TEXT PROVISIONS AND CLAUSES - PWS - SECTION B

Notice Date
3/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime, P O Box 3990, Columbus, Ohio, 43218-3990, United States
 
ZIP Code
43218-3990
 
Solicitation Number
SP4702-18-Q-0506
 
Archive Date
3/28/2018
 
Point of Contact
Ricardo Blanco Soto, Phone: 6146925296, Sonny Cosmas, Phone: 2156877851
 
E-Mail Address
ricardo.blancosoto@dla.mil, Sonny.Cosmas@dla.mil
(ricardo.blancosoto@dla.mil, Sonny.Cosmas@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
SECTION B PERFORMANCE WORK STATEMENT FULL TEXT PROVISIONS AND CLAUSES PR: 72441741 FR: 200078257 Request for Quote # SP4702-18-Q-0506 Description: Operation Medical Director (see Performance Work Statement under attachment # 1) Location: Fire and Emergency Services, Defense Supply Center Columbus. Contract Lines: 0001, 1001, 2001, 3001, 4001, and 5001 (see section B under attachment # 2). Unrestricted Acquisition Firm-Fixed-Price Period of Performance: Base Year and Five Year Options. Non-Personal Service FOB Inspection and Acceptance at Destination (DoDAAC# SC0919) Acquisition Strategy: FAR Part 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items", FAR 13 "Simplified Acquisition Procedures", and FAR 37 "Service Contracting". 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; quotes are being requested and a written solicitation will not be issued. This solicitation, SP4702-18-Q-0506, is being issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95, effective 19 Jan 2017. This procedure combines the synopsis required by FAR 5.03 and the issuance of the solicitation into a single document. The NAICS code is 621111. The small business size standard is $11,000,000.00. The following commercial items are requested in this solicitation: Performance Work Statement, see attachment # 1 Contract Line Item Numbers (CLINs), Section B, see attachment # 2 Full Text and Provisions and Clauses, see attachment # 3 Material Code : Q526-V00007556 Unit of Issue: MO Quantity: (contractors must input the dollar amount without the dollar sign under Section B). Period of Performance: 365 days. It is anticipated that a firm-fixed price purchase order will be awarded for the requested non-personal service as a result of this synopsis/solicitation. Award will be based on Technical Capability and Past Performance. The following FAR and DFARS provisions and clauses are incorporated into this solicitation by reference: C05 "Changes to Key Personnel. 52.246-4, Inspection of Services-Fixed Price 252.246-7000, Material Inspection and Receiving Report 52.242-15, Stop - Work Order 52.242-17, Government Delay of Work 52.247-34, F.O.B. Destination 252.323-7006, Wide Area Workflow Payment Instructions (see attachment #3) 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7002, Requirement to Inform Employees of Whistleblower Rights 252.203-7005, Representation Relating to Compensation of Former DoD Officials 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-18, Commercial and Government Entity Code Maintenance 52.204-19, Incorporation by Reference of Representations and Certifications 252.204-7000, Disclosure of Information (if applicable) 252.204-7003, Control of Government Personnel Work Product 252.204-7008, Compliance with Safeguard Covered Defense Information Controls (see attachment #3) 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7011, Alternative Line Item Structure 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (see attachment #3) 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support 52.212-4, Contract Terms and Conditions- Commercial Items 52.212-1, Instruction to Offerors - Commercial Items (see attachment #3) 52.212-2 Evaluation- Commercial Items (see attachment #3) 52.212-3 Offeror Representations and Certifications-Commercial Items (see attachment #3) 52.212-3 Offeror Representations and Certifications-Commercial Items, Alternate I 52.212-4 Contract Terms and Conditions- Commercial Items (see attachment #3) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (see attachment #3) L08, Use of Past Performance Information Retrieval System- Statistical reporting in Past Performance Evaluations 52.216-24, Limitations of Government Liability (see attachment #3) 52.216-25, Contract Definitization (see attachment #3) 52.217-9, Option to Extend the Term of the Contract (see attachment #3) 52.222-01, Notice to the Government of Labor Disputes M08, Section 508 Requirements 52.222-36, Equal Opportunity for Workers with Disabilities Alternate I 252.225-7048, Export - Controlled Items 252.227-7015, Technical Data - Commercial Items 52.227-1, Authorization and Consent 52.227-02, Notice and Assistance Regarding Patent and Copyrights Infringement 52.232-17, Interest 52.232-18, Availability of Funds 52.23219, Availability of Funds for the Next Fiscal Year. 52.232-39, Unenforceability of Unauthorized Obligations 252.232-7010, Levis on Contract Payments 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 52.233-9001, Dispute-Agreement to Use Alternate Dispute Resolution 52.236-7 Permits and Responsibilities. 52.236-13, Accident Prevention 52.237-2 Protection of Government Buildings, Equipment, and Vegetation 52.237-3 Continuity of Services 252.246-7003, Notification of Potential Safety Issues 52.252-1, Solicitation Provisions Incorporated by Reference 52.252-2, Clauses Incorporated by Reference 52.252-5, Authorized Deviations in Provisions 52.252-6, Authorized Deviations in Clauses. System of Award Management Requirement No award will be made to a Contractor not registered in the System of Award Management (SAM). In addition, the Contractor's Representations and Certification must be listed in the SAM database. Reference https://www.acquisition.gov or https://www.sam.gov/portal/public/SAM/. Note: There is no fee to register and use this site. During the contract, the Contractor must always have an active status in SAM during the life of this contract. Invoices will be paid using the financial information provided in the Contractor's SAM profile. Failure to keep an active status may result in payment delays and other administration delays. The following clauses are incorporated by full text. The full text is found in Attachment #3. DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions DFARS 252.204-7008, Compliance with Safeguard Covered Defense Information Controls DFARS 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. FAR 52.212-1, Instruction to Offerors - Commercial Items FAR 52.212-2 Evaluation- Commercial Items FAR 52.212-3 Offeror Representations and Certifications-Commercial Items FAR 52.212-4 Contract Terms and Conditions- Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items FAR 52.216-24 Limitation Of Government Liability FAR 52.216-25 Contract Definitization FAR 52.217-09 Option To Extend The Term Of The Contract FAR 52.252-02 Clauses Incorporated by Reference FAR 52.252-06 Authorized Deviations in Clauses DFARS 252.225-7048 Export Controlled Items Quotes are due by 3:00 p.m. (EST) time on 13 March, 2018 (Eastern Time). Electronic quotes must be submitted via e-mail to Ricardo Blanco at Ricardo.blancosoto@dla.mil. Facsimile proposals will not be accepted. Questions regarding this solicitation may be directed to Ricardo Blanco at Ricardo.blancosotomil@mail.mil no later than Friday, 7 March, 2018 before noon. (Eastern Time) Attachments: #1 - Performance Work Statement #2 - Section B #3 - Full Text Provisions and Clauses Bid "MUST" be good for 90 calendar days after the solicitation closing date.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC/SP4702-18-Q-0506/listing.html)
 
Record
SN04839301-W 20180303/180301231113-2d9e52ce646656779d254d0ff61e337d (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.