SOLICITATION NOTICE
R -- Nurse Case Management and Care Coordination Services - Performance Work Statement - Wage Determination
- Notice Date
- 8/8/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561330
— Professional Employer Organizations
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Mississippi, 144 Military Drive, JACKSON, Mississippi, 39208-8860
- ZIP Code
- 39208-8860
- Solicitation Number
- W9127Q-18-R-0005
- Archive Date
- 9/25/2018
- Point of Contact
- Adam Austin, Phone: 6013131557, David A. Oglesby, Phone: 6013131636
- E-Mail Address
-
adam.n.austin.mil@mail.mil, david.a.oglesby.civ@mail.mil
(adam.n.austin.mil@mail.mil, david.a.oglesby.civ@mail.mil)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Wage Determination 15-5169 Performance Work Statement This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number W9127Q-18-R-0005 is being issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures. This solicitation document, incorporated provisions, and clauses are those in effect through Federal Acquisition Circular 2005-83, effective Jul 02, 2015 and the Defense Federal Acquisition Regulations (DFARS) Change Notice 20150420 dated 20 April 2015. It is the contractors' responsibility to be familiar with applicable clauses and provisions. This requirement is 100% being set aside for 8a Small Businesses only. The North American Industrial Classification System Code is 561330 with a size standard of $27.5M. The United States Property and Fiscal Office for Mississippi-Contracting Office, Jackson, MS intends to issue a contract/purchase order for Nurse Case Management and Care Coordination Services with a base and four (4) one year option periods. REQUIREMENT: LOCATION: Jackson, MS, Laurel, MS, Tupelo, MS CLIN 0001 - Care Coordination- Base Year, Contractor is to provide all services, labor, equipment, material, and supplies to perform all work requirements as detailed in the attached Performance Work Statement (PWS) **Partial Payments authorized.** CLIN 0002 - Nurse Case Management- Base Year, Contractor is to provide all services, labor, equipment, material, and supplies to perform all work requirements as detailed in the attached Performance Work Statement (PWS) **Partial Payments authorized.** CLIN 0003 - Travel- Base Year, All travel authorized will be provided by contractor and reimbursed upon submission of travel receipts/documentation in accordance with Performance Work Statement (PWS) CLIN 0004 - Contract Manpower Reporting- Base Year, Please note the Contractor Manpower Reporting requirement is mandated by the Dept. of Army and requires the reporting of the dollar value of labor hours for the performance of an awarded services and direct labor hours. *Quotes submitted for this line item are for the administrative fee an offeror will charge the government for completing this report on the website: https://cmra.army.mil. CLIN 1001 - Care Coordination- Option Year 1, Contractor is to provide all services, labor, equipment, material, and supplies to perform all work requirements as detailed in the attached Performance Work Statement (PWS) **Partial Payments authorized.** CLIN 1002 - Nurse Case Management- Option Year 1, Contractor is to provide all services, labor, equipment, material, and supplies to perform all work requirements as detailed in the attached Performance Work Statement (PWS) **Partial Payments authorized.** CLIN 1003 - Travel- Option Year 1, All travel authorized will be provided by contractor and reimbursed upon submission of travel receipts/documentation in accordance with Performance Work Statement (PWS) CLIN 1004 - Contract Manpower Reporting- Option Year 1, Please note the Contractor Manpower Reporting requirement is mandated by the Dept. of Army and requires the reporting of the dollar value of labor hours for the performance of an awarded services and direct labor hours. *Quotes submitted for this line item are for the administrative fee an offeror will charge the government for completing this report on the website: https://cmra.army.mil. CLIN 2001 - Care Coordination- Option Year 2, Contractor is to provide all services, labor, equipment, material, and supplies to perform all work requirements as detailed in the attached Performance Work Statement (PWS) **Partial Payments authorized.** CLIN 2002 - Nurse Case Management- Option Year 2, Contractor is to provide all services, labor, equipment, material, and supplies to perform all work requirements as detailed in the attached Performance Work Statement (PWS) **Partial Payments authorized.** CLIN 2003 - Travel- Option Year 2, All travel authorized will be provided by contractor and reimbursed upon submission of travel receipts/documentation in accordance with Performance Work Statement (PWS) CLIN 2004 - Contract Manpower Reporting- Option Year 2, Please note the Contractor Manpower Reporting requirement is mandated by the Dept. of Army and requires the reporting of the dollar value of labor hours for the performance of an awarded services and direct labor hours. *Quotes submitted for this line item are for the administrative fee an offeror will charge the government for completing this report on the website: https://cmra.army.mil. CLIN 3001 - Care Coordination- Option Year 3, Contractor is to provide all services, labor, equipment, material, and supplies to perform all work requirements as detailed in the attached Performance Work Statement (PWS) **Partial Payments authorized.** CLIN 3002 - Nurse Case Management- Option Year 3, Contractor is to provide all services, labor, equipment, material, and supplies to perform all work requirements as detailed in the attached Performance Work Statement (PWS) **Partial Payments authorized.** CLIN 3003 - Travel- Option Year 3, All travel authorized will be provided by contractor and reimbursed upon submission of travel receipts/documentation in accordance with Performance Work Statement (PWS) CLIN 3004 - Contract Manpower Reporting- Option Year 3, Please note the Contractor Manpower Reporting requirement is mandated by the Dept. of Army and requires the reporting of the dollar value of labor hours for the performance of an awarded services and direct labor hours. *Quotes submitted for this line item are for the administrative fee an offeror will charge the government for completing this report on the website: https://cmra.army.mil. CLIN 4001 - Care Coordination- Option Year 4, Contractor is to provide all services, labor, equipment, material, and supplies to perform all work requirements as detailed in the attached Performance Work Statement (PWS) **Partial Payments authorized.** CLIN 4002 - Nurse Case Management- Option Year 4, Contractor is to provide all services, labor, equipment, material, and supplies to perform all work requirements as detailed in the attached Performance Work Statement (PWS) **Partial Payments authorized.** CLIN 4003 - Travel- Option Year 4, All travel authorized will be provided by contractor and reimbursed upon submission of travel receipts/documentation in accordance with Performance Work Statement (PWS) CLIN 4004 - Contract Manpower Reporting- Option Year 4, Please note the Contractor Manpower Reporting requirement is mandated by the Dept. of Army and requires the reporting of the dollar value of labor hours for the performance of an awarded services and direct labor hours. *Quotes submitted for this line item are for the administrative fee an offeror will charge the government for completing this report on the website: https://cmra.army.mil Instructions to Offerors (FAR 52.212-1): A. Proposal Submittal and Inquiries. 1. Proposals shall be submitted prior to the closing date and time identified on the RFP via hard copy. Three (3) copies shall be provided. 2. The Contractor shall submit all questions and concerns in writing via email to the Contract Specialist, Adam Austin at adam.n.austin.mil@mail.mil no later than Tuesday, 4 September 2018 at 4:30 p.m. (CST). The email shall be entitled "Questions for Solicitation W9127Q-18-R-0005. The body of the email shall be numbered per question and contain questions in a clear and concise manner with specific reference to the page number and section of the solicitation, if applicable. No questions will be answered if received after 4:30 p.m. (CST) on 4 September 2018. Answers shall be provided as an amendment to the solicitation notice as issued via FedBizOpps. (FBO) website and shall be structured as an all-inclusive question/answer document encompassing all of the Contractor's questions and the Government's responses to those questions. Should the Contracting Officer feel it is necessary, The Government may issue an amendment to add an additional question and answer period anytime throughout the duration of the Solicitation. B. General Instructions 1. The selection of a source for award purposes will be conducted utilizing Lowest Price Technically Acceptable procedures as delineated in FAR Part 15.101-2. Offers will be evaluated using the criteria under Section M, "Evaluation Factors for Award." Noncompliance with the Request for Proposal (RFP) requirements may hinder the Government's ability to properly evaluate the proposal and may result in elimination of the proposal from further consideration for contract award. 2. The Offer. The submission of the documentation specified below will constitute the offeror's acceptance of the terms and conditions of the RFP, concurrence with the Performance Work Statement, and contract type. 3. It is the Government's intention to award without discussions. Offerors are encouraged to present their best technical proposal and cost/prices in their initial proposal submission. However, in accordance with (IAW) FAR Part 15.306, should discussions become necessary, the Government reserves the right to hold them. If discussions are conducted, a competitive range will be determined and offerors will be notified. The competitive range may be limited for purposes of efficiency IAW FAR Part 15.306 (c) (2). 4. The proposal must convey evidence of the Offerors' understanding of all Request for Proposal (RFP) and Performance Work Statement (PWS) requirements and their interrelationships. It must demonstrate the Offerors' familiarity with the detailed aspects of the requirements, and clearly show that the Offeror correctly interpreted all of the requirements. Offerors' are cautioned against restating PWS requirements in their proposal, particularly with regard to technical requirements; and must state how all RFP and PWS requirements will be met. Statements such as "the Offeror understands", and "the Offeror shall/can comply", along with responses that paraphrase the RFP, are inadequate. The use of phrases such as "standard practices" (with a specific government reference or industry reference) does not reflect an Offerors' understanding of requirements and will likely result in a diminished evaluation rating. 5. Instructions outlined in paragraph C below, prescribe the format for the proposal and describe the approach for the development and presentation of proposal data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of proposals. 6. If an offeror believes that the requirements in these instructions contain an error, ambiguity, omission, or are otherwise deemed unsound, the offeror shall immediately notify the Contract Specialist in writing with supporting rationale. The offeror is reminded that the Government reserves the right to award this effort based on the initial proposal, as received, without discussion. C. Proposal Preparation Instructions 1. Offeror's proposal shall be organized into three (3) Sections titled as follows: 1. Section I - Technical Proposal 2. Section II -Past Performance 3. Section III- Price Offerors' shall include three (3) hard copies of the proposal in their submission. Each proposal shall include a cover sheet containing the following information: RFP Title - W9127Q-18-R-0005 Submitted By: Name and address of the Offeror, Point-of-contact (POC), title, Telephone number, fax number, email address, Taxpayer Identification Number (TIN), Data Universal Numbering System (DUNS), Commercial and Government Entity (CAGE) code Each section of the proposal shall be clearly marked with section number, title, solicitation number and offeror's name. The page volume is limited as follow: Section Title Page Limits Technical Proposal I - 50 Past Performance II - N/A Price - N/A 2. Proposal Limitation. The proposal shall not exceed the limits stated above. If the page limits are exceeded, the pages in excess of the limit shall be removed and returned unread to the offeror. The Government will not accept any changes to the contractor's proposal after the closing date of the solicitation (See FAR 15.208 for further information regarding late proposals). If discussions become necessary, Evaluation Notices (ENs) will be issued to address any adverse Past Performance, significant weaknesses and/or deficiencies. A page limitation will be placed on responses. The specified page limits for EN responses will be identified in the letters forwarding the ENs to the offerors. 3. Page Limit Includes: All appendices, charts, graphs, diagrams, tables, photographs, drawings, etc. 4. Page Limit does not include covers for sections, tables of contents, glossary of abbreviations and acronyms, indices, title pages, cross reference indices, and tab dividers/tables if they are inserted solely to provide ease to the reader in locating parts/sections of the proposal. Pages will be counted if they contain any other information, i.e., diagrams, extraneous data, etc. Pages marked "This page intentionally left blank" will not be counted. 5. What Counts as A Page? A page shall be an 8 ½ X 11" sheet of paper. When both sides of a sheet display printed material, it shall be counted as two pages. Letter size and spacing requirements for illustrations and tables can be at the discretion of the offeror but must be easily readable. Fold-outs will be counted as the appropriate number of pages based on an 8 ½" X 11" sheet of paper. Margins shall be at least 1 inch on the top and bottom and 3/4 inch on the side. The Contractor shall number each page in order to eliminate any confusion (i.e. Sect. I 1-50, Sect. II 1-25, Sect. III 1-25). In the event contractor creates an ambiguity in their numbering of pages, the Government may exercise its own discretion in counting pages. 6. Indexing. Each section shall contain a more detailed table of contents to delineate the subparagraphs within that section. Tab indexing shall be used to identify sections. 7. Glossary of Abbreviations and Acronyms. Each section shall contain a glossary of all abbreviations and acronyms used, with a definition for each. D. Proposal Content 1. Section I - Technical Proposal. FACTOR A - Technical Capabilities: The following information shall be provided and will be evaluated. Proposals shall be clear, concise and include sufficient detail for effective evaluation. Offerors shall assume that the Government has no prior knowledge of their experience, and will base its evaluation on the information presented in the Offeror's proposal. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements. 1. Evaluation Factors: In order to be considered for further evaluation, an Offeror must first be determined "Acceptable" in the Technical factor. In order to be determined "Acceptable" contractor must at a minimum address the following: (1) Conformance to the PWS (2) Management Approach and Administrative Plan SUBFACTOR 1 Management Capability. The offeror Management Approach / Staffing or Administrative Plan shall demonstrate how the offeror will perform the requirements for Nurse Case Management & Care Coordination Services and clearly identifies the labor mix and quantities by major task and location, identifies the replacement strategy, backup policy, retention policy and any other information pertinent to the execution of this contract. The proposed Management Plan and Staffing Plan will be evaluated by the Government to have a sound understanding of the offeror's overall technical and management approach to ensure the offeror has proposed adequate qualified personnel in appropriate labor categories to satisfy all PWS requirements. At a minimum, the plan and approach shall address the following areas: (1) How the contractor will communicate with the government personnel; (2) How the contractor will resolve employee disputes. (3) Identify the Alternate Program manager; (4) Identify the contractor's hierarchy of all personnel providing services under the proposed contract. (5) Key personnel resumes that are complete and demonstrate appropriate experience, education, and certifications. Signed letters of commitments should be included for all Key Personnel. (6) An adequate staffing plan that details labor positions by location. (7) A description of the Offeror's approach to maintaining a stable, effective, and skilled workforce. Proposals shall address a sound plan for recruitment of available services for skilled professionals and technical workers that will target the qualities required to perform the contract. (8) Company methods used to reduce turnover (i.e. wages and benefits paid) (9) An adequate approach to reducing staff when a reduction in force is necessary. Section II - Past Performance FACTOR B - Past Performance The Offeror may provide relevant contract references for its company. The evaluator may evaluate present and past performance information through the use of questionnaires completed by the offeror's references; all references shall include the following information: Contract Number Customer /Agency Name and Address Point of contact, including name and telephone number. Brief description of contract Contract type Contract Value by Performance Period The Government may contact Offerors' customers to ask whether or not they believe: (1) that the company is capable, efficient and effective; (2) that the company's performance conformed to the terms and conditions of its contract; (3) that the company was reasonable and cooperative during performance; and (4) that the company was committed to customer satisfaction. Additionally they may ask if given a chance would they select the same or a different Contractor and/or other questions related to the company's ability in the areas outlined in this Factor. The Government may consider past performance information obtained from sources other than those identified by the Offeror, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers and Fee Determining Officials; the Defense Contract Management Agency (DCMA), and commercial sources. Negative past performance found using these sources within the last five (5) years may result in a past performance rating of "Unacceptable" NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." Section III - Price FACTOR C - Price 1. Complete SF1449: The offeror shall provide complete CLINs identified for base period plus four (4) options. Proposed price will be reviewed to determine if the proposal is adequate, complete, and reasonable to assess the offeror understands of the solicitation. • The price proposal shall set forth a summary of the total proposed price for the base year and each option years. • If offeror does not propose any CLIN, offeror shall state zero (0) in the CLIN/SLIN. 2. Proposed prices will be evaluated to determine if the estimate is complete, realistic, and reasonable. Any inconsistency, whether real or apparent between proposed performance and price, must be clearly explained in this volume of the proposal. For example, if unique and innovative approaches are the basis for an abnormally low-price estimate, the nature of these approaches and their impact must be completely documented. NOTE: As part of price evaluation, the Government will evaluate its option to extend services (FAR Clause 52.217-8 - Option to Extend Services) by adding one-half of the Offeror's final option period price to the Offeror's total price. Thus, the Offeror's total price for the purpose of evaluation will include the base period, 1st option, 2nd option, 3rd option, 4th option, and one half of the 4th option. Offerors are required only to price the base and four (4) options. Offerors shall not submit a price for the potential one-half year extension of services period. 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 option(s). Evaluation Factors (FAR 52.212-2): (a) The award will be made to the responsible offeror submitting the Lowest Price Technically Acceptable (LPTA) proposal. The following factors shall be used to evaluate offers: FACTOR 1 TECHNICAL CAPABILITY SUBFACTOR 1- MANAGEMENT CAPABILITY FACTOR 2: PAST PERFORMANCE FACTOR 3: PRICE (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 option(s). (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. FACTORS AND SUB-FACTORS TO BE EVALUATED The following evaluation factors will be used to evaluate each proposal: Award will be made to the lowest priced offeror whose proposal will meet the minimum requirements based upon an integrated assessment of the evaluation factors and sub factors described below. FACTOR 1- Technical Capability The following information shall be provided and will be evaluated. Proposals shall be clear, concise and include sufficient detail for effective evaluation. Offerors shall assume that the Government has no prior knowledge of their experience, and will base its evaluation on the information presented in the Offeror's proposal. The proposal should not simply rephrase or restate the Government's requirements, but rather shall provide convincing rationale to address how the Offeror intends to meet these requirements. In order to be considered for further evaluation, an Offeror must first be determined "Acceptable" in the Technical factor. In order to be determined "Acceptable" contractor must at a minimum address the following: a) Conformance to the PWS b) Management Approach and Administrative Plan SUBFACTOR 1: MANAGEMENT CAPABILITY The offeror Management Approach / Staffing Plan shall demonstrate how the offeror will perform the requirements for Case Management Support Services and clearly identifies the labor mix and quantities by major task and location, identifies the replacement strategy, backup policy, retention policy and any other information pertinent to the execution of this contract. The proposed Management Plan and Staffing Plan will not be evaluated but will merely be used by the Government to have a sound understanding of the offeror's overall technical and management approach to ensure the offeror has proposed adequate qualified personnel in appropriate labor categories to satisfy all PWS requirements. At a minimum, the plan and approach shall address the following areas: (1) How the contractor will communicate with the government personnel; (2) How the contractor will resolve disputes. (3) Identify the Alternate Program manager; (4) Identify the contractor's hierarchy of all personnel providing services under the proposed contract. (5) Key personnel resumes that are complete and demonstrate appropriate experience, education, and certifications. Signed letters of commitments should be included for all Key Personnel. (6) An adequate staffing plan that details labor positions by location. (7) A description of the Offeror's approach to maintaining a stable, effective, and skilled workforce. Proposals shall address a sound plan for recruitment of available services for skilled professionals and technical workers that will target the qualities required to perform the contract. (8) Company methods used to reduce turnover (i.e. wages and benefits paid) (9) An adequate approach to reducing staff when a reduction in force is necessary. Technical will be rated on an "acceptable" or "unacceptable" basis using this rating method. Table A-1. Technical Evaluation Ratings Rating Description ACCEPTABLE-Proposal clearly meets the minimum requirements of the solicitation. UNACCEPTABLE-Proposal does not clearly meet the minimum requirements of the solicitation. Factor 2: Past Performance Will be evaluated IAW FAR 15.305 and DFARS 215.305 (however the comparative assessment in FAR 15.305(a) (2) (1) does not apply. The criteria for past performance includes, but is not limited to, the Past Performance Information Retrieval System (PPIRS), Federal Awardee Performance and Integrity Information System (FAPIIS), Electronic Subcontract Reporting System (eSRS), or other databases; interviews with Program Managers, Contracting Officers and Fee Determining Officials; the Defense Contract Management Agency (DCMA), and commercial sources. Negative past performance found using these sources within the last five (5) years may result in a past performance rating of "Unacceptable" Evaluation criteria for past performance may also include, discussion of Offerors' customers and their responses to the following: (1) that the company is capable, efficient and effective; (2) that the company's performance conformed to the terms and conditions of its contract; (3) that the company was reasonable and cooperative during performance; and (4) that the company was committed to customer satisfaction. Additionally they may ask if given a chance would they select the same or a different Contractor and/or other questions related to the company's ability in the areas outlined in this Factor. NOTE: In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the offeror shall be determined to have unknown (or "neutral") past performance. In the context of acceptability/unacceptability, a neutral rating shall be considered "acceptable." Past Performance will be rated on an "acceptable or "unacceptable:" basis using the rating in Table A-2. Past Performance Evaluation Ratings Rating Description Acceptable-Based on the offeror's performance record, the Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown. (See note below.) Unacceptable-Based on the offeror's performance record, the Government has no reasonable expectation that the offeror will be able to successfully perform the required effort. Factor 3: Price: The resulting award will be a firm fixed priced contract. Proposed price will be reviewed to determine if the proposal is adequate, complete, and reasonable to assess the offeror understands of the solicitation. BASIS OF AWARD: A purchase order will be awarded to the responsible offeror whose proposal conforms to the solicitation and considered to be the most advantageous to the Government according to FAR Part 12, Acquisition of Commercial Items, utilizing the Lowest-Price-Technically-Acceptable (LPTA) source selection process. To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The following factors will be used to evaluate the quotes: (1) Technical Acceptability and (2) Price. Technical Acceptability shall be evaluated as acceptable or not acceptable. Price evaluation shall be based on the lowest reasonable evaluated price. Price will always be an important factor. This notice does not obligate the Government to award the contract; it does not restrict the Government's ultimate approach; nor does it obligate the Government to pay for any quote/proposal preparation costs. Clauses and provisions incorporated by reference may be accessed via the Internet at http://farsite.hill.af.mil/. Quotes must be for all items stated, partial quotes will not be considered. Only firm fixed price offers will be evaluated. Award will be made (all or none) to one vendor. Proposals are due no later than 2:00 P.M. CDT, 10 September 2018 to USPFO-MS-PC, Attn: Adam Austin, 144 Military Drive, Flowood, MS 39232-8861. SAM is a mandatory requirement for all DoD Government contracts. You must be registered and have an active status in order to be eligible for award of a contract. To register on line go to http://www.sam.gov/. APPLICABLE CLAUSES/PROVISIONS: 52.202-1 Definitions 52.203-3 Gratuities 52.203-11 Certification And Disclosure Regarding Payments To Influence Certain Federal Transactions 52.203-12 Limitation On Payments To Influence Certain Federal Transactions 52.203-16 Preventing Personal Conflicts of Interest 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights 52.203-18 Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation 52.204-7 System for Award Management 52.204-9 Personal Identity Verification of Contractor Personnel 52.204-13 System for Award Management Maintenance 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. 52.204-21 Basic Safeguarding of Covered Contractor Information Systems 52.209-5 Certification Regarding Responsibility Matters 52.209-7 Information Regarding Responsibility Matters 52.209-11 Representation By Corporations Regarding Delinquent Tax Liability or a Felony Conviction Under Any Federal Law 52.212-1 Instructions to Offerors--Commercial Items 52.212-2 Evaluation-Commercial Items 52.212-3 Offeror Representations and Certifications-Commercial Items 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and specifically the following FAR clauses are applicable: 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-13 Contractor Code of Business Ethics and Conduct 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-14 Service Contract Reporting Requirements 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-9 Updates of publicly Available Information Regarding Responsibility Matters 52.219-6 Notice of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-14 Limitations on Subcontracting 52.222-3 Convict Labor 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Veterans 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-37 Employment Reports on Veterans 52.222-40 Notification of Employee Rights Under the National Labor Relations Act 52.222-50 Combating Trafficking in Persons 52.223-18 Encouraging Contractor Policies to ban Text Messaging While Driving 52.224-3 Privacy Training 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic funds Transfer- System for Award Management 52.222-17 Nondisplacement of Qualified Workers 52.222-41 Service Contract Labor Standards 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-43 Fair labor Standards Act and Service Contract Labor Standards-Price Adjustment 52.215-22 Limitations on Pass-Through Charges--Identification of Subcontract Effort 52.215-23 Limitations on Pass-Through Charges 52.216-1 Type of Contract (FFP) 52.217-5 Evaluation Of Options 52.217-8 Option to Extend Services 52.217-9 Option to Extend the term of the Contract 52.219-17 Section 8(a) Award 52.219-28 Post-Award Small Business Program Representation 52.222-17 Nondisplacement of Qualified Workers 52.222-22 Previous Contracts And Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-41 Service Contract Labor Standards 52.222-42 Statement Of Equivalent Rates For Federal Hires 52.222-55 Minimum Wages Under Executive Order 13658 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.233-2 Service of Protest 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. 52.228-5 Insurance - Work On A Government Installation 52.232-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.237-2 Protection Of Government Buildings, Equipment, And Vegetation 52.237-3 Continuity Of Services 52.237-7 Indemnification and Medical Liability Insurance 52.242-13 Bankruptcy 52.242-15 Stop-Work Order 52.245-1 Government Property 52.245-9 Use And Charges 52.246-4 Inspection Of Services--Fixed Price 52.247-34 F.O.B. Destination 52.252-1 Solicitation Provisions Incorporated by Reference 52.252-2 Clauses Incorporated by Reference 52.252-3 Alterations in Solicitation 52.252-4 Alterations in Contract 52.252-5 Authorized Deviations In Provisions 52.252-6 Authorized Deviations in Clauses 52.253-1 Computer Generated Forms 252.201-7000 Contracting Officer's Representative 252.203-7000 Requirements Relating to Compensation of Former DoD Officials 252.203-7002 Requirement to Inform Employees of Whistleblower Rights 252.203-7003 Agency Office of the Inspector General 252.203-7005 Representation Relating to Compensation of Former DoD Officials 252.204-7000 Disclosure Of Information 252.204-7003 Control Of Government Personnel Work Product 252.204-7004 Alt A System for Award Management Alternate A 252.204-7006 Billing Instructions 252.204-7008 Compliance With Safeguarding Covered Defense Information Controls 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support 252.205-7000 Provision Of Information To Cooperative Agreement Holders 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism 252.209-7998 (Dev) Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law 252.209-7999 (Dev) Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Deviation) 252.211-7000 Acquisition Streamlining 252.211-7003 Item Unique Identification and Valuation 252.211-7007 Reporting of Government-Furnished Property 252.211-7008 Use of Government-Assigned Serial Numbers 252.215-7007 Notice of Intent to Resolicit 252.215-7008 Only One Offer 252.219-7009 Section 8(a) Direct Award 252.219-7010 Notification of Competition Limited to Eligible 8(A) Concerns--Partnership Agreement 252.222-7007 Representation Regarding Combating Trafficking in Persons 252.225-7012 Preference For Certain Domestic Commodities 252.225-7048 Export-Controlled Items 252.225-7050 Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism 252.226-7001 Utilization of Indian Organizations and Indian-Owned Economic Enterprises, and Native Hawaiian Small Business Concerns 252.232-7006 Wide Area Workflow Payment Instructions 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 Levies on Contract Payments 252.239-7001 Information Assurance Contractor Training and Certification 252.243-7001 Pricing Of Contract Modifications 252.243-7002 Requests for Equitable Adjustment 252.245-7002 Reporting Loss of Government Property 252.245-7003 Contractor Property Management System Administration 252.245-7004 Reporting, Reutilization, and Disposal 252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea 252.247-7023 Transportation of Supplies by Sea 252.249-7002 Notification of Anticipated Contract Termination or Reduction Contracting Office Address: The United States Property and Fiscal Office for Mississippi-Contracting Office 144 Military Drive Flowood, MS 39232 Primary Point of Contact: Adam Austin- 601-313-1557 adam.n.austin.mil@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA22/W9127Q-18-R-0005/listing.html)
- Place of Performance
- Address: Tupelo, Jackson, and Laurel, Mississippi, Flowood, Mississippi, 39232, United States
- Zip Code: 39232
- Zip Code: 39232
- Record
- SN05027869-W 20180810/180808231633-2eedf1cb16e82b2c0e1538fa8c8e52e2 (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 |