SOLICITATION NOTICE
Q -- Medical Case Management Services - Package #1
- Notice Date
- 5/11/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561330
— Professional Employer Organizations
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Wisconsin, 1 Williams Street, Camp Douglas, Wisconsin, 54618-5002
- ZIP Code
- 54618-5002
- Solicitation Number
- W912J2-18-R-0008
- Archive Date
- 6/13/2018
- Point of Contact
- Lisa M. Braund, Phone: 6084277274
- E-Mail Address
-
lisa.m.braund.mil@mail.mil
(lisa.m.braund.mil@mail.mil)
- Small Business Set-Aside
- HUBZone
- Description
- Cost Breakdown Worksheet Wage Determination - Dane County, Wiscsonin SF 1449 Solicitation W912J2-18-R-0008 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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation Number W912J2-18-R-0008 is being issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. This requirement is 100% set-aside for HUBZone Small Business concerns under North American Industry Classification System (NAICS) code 561330 with a Small Business size standard of $27.5 million dollars. The Wisconsin Army National Guard Contracting Office, has a requirement equivalent to four (5) full time Case Managers/Registered Nurse IIs and five (5) full time Medical Records Clerks (see PWS). This award will have a period of performance of one calendar year 19 JUN 2018 - 18 JUN 2019. Place of Performance: The Contractor shall provide these services in Dane County, Wisconsin. The primary work location will be at Joint Force Headquarters, 2400 Wright Street, Madison, WI 53704. The Wisconsin Army National Guard anticipates awarding one firm-fixed price contract for a period of one year. Please review the attached Performance Work Statement. Award will be made to the offeror whose proposal is the Lowest Price Technically Acceptable. The Government will evaluate technical acceptability based on the following: Management Capability - Management Capability is defined as the documented capability to meet the minimum requirements of the requirement as specified in this solicitation and the attached Performance Work Statements (PWS). The Offeror's proposal should clearly outline the Offeror's capability to meet the requirements of the performance work statement. Limit Management Capability documentation to 4 pages. It is not the intent of the Government to enter into negotiations. It is incumbent upon the Offeror to submit sufficient information for the Government to determine satisfactory Management Capability and Price reasonableness. Failure to submit sufficient information for the Government to determine Management Capability or Price may result in the rejection of your proposal. An award will be made on the basis of the lowest price of proposals deemed technically acceptable. Unit Identification Code (UIC) for the Requiring Activity: W91R0X Issuing Office DoDAAC: _W912J2_ If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://www.sam.gov. Registering electronically will expedite the registration process. Proposals are due by 10:00AM Central Standard Time (CST) on 29 May 2018. Proposals will be accepted by email at lisa.m.braund.mil@mail.mil. Faxed quotes will not be accepted. 100% set-aside for HUBZone Small Business concerns under North American Industry Classification System (NAICS) code 561330 with a Small Business size standard of $27.5 million dollars. Offerors should check the FedBizOpps website often for new solicitations and/or changes (AMENDMENTS). Responses to this announcement must be complete to include the following documents: 1) Signed SF 1449 (attached) - ensure acknowledgement of all amendments. 2) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items 3) Management Capability documentation narrative (limit 4 pages) 4) Preliminary Quality Control Plan in accordance to paragraph 1.5.1 of the PWS (limit 4 pages) 5) Cost Breakdown Worksheet (attached) Email any questions to lisa.m.braund.mil@mail.mil no later than 21 May 2018. Questions will only be accepted via email. Question and Answer documents will be posted to FBO as an attachment to the combined synopsis/solicitation. It is the interested party's responsibility to check FedBizOpps for updated information. Ensure all questions are submitted via email, the government will not be accepting any vendor inquiries via the telephone.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA47/W912J2-18-R-0008/listing.html)
- Place of Performance
- Address: 2400 Wright Street, Madison, Wisconsin, 53704, United States
- Zip Code: 53704
- Zip Code: 53704
- Record
- SN04919545-W 20180513/180511230734-dff7742c5b93c0d6d8477885ee70bee1 (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 |