SOLICITATION NOTICE
Q -- MEDICAL SUBJECT MATTER EXPERT SUPPORT SERVICES
- Notice Date
- 5/13/2020 8:09:56 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- OFFICE INSPECTOR GENERAL WASHINGTON DC 20528 USA
- ZIP Code
- 20528
- Solicitation Number
- 70VT1520R00005
- Response Due
- 6/10/2020 7:00:00 AM
- Archive Date
- 06/25/2020
- Point of Contact
- Sheri Brooks, Phone: 2026041084
- E-Mail Address
-
sheri.brooks@oig.dhs.gov
(sheri.brooks@oig.dhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i)�� �This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. � The Government intends to award a Hybrid (Time and Materials and Firm Fixed Price) type contract under Simplified Acquisition Procedures (SAP) using FAR Part 13 to the responsible Offeror whose proposal conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. (ii)�� �The Request for Proposal (RFP) or Reference Number is: 70VT1520R00005. (iii)�� �This RFP and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05. (iv)�� �This acquisition is set aside for 100% Total Small Businesses. The associated North American Industry Classification System (NAICS) code for this acquisition is 621111 � Offices of Physicians � Except Mental Health Specialists and the small business size is $11,000,000.00. (v)�� �The Contract Line Item Numbers (CLINS), Description, Quantities, and Units of Measure are: See Attachment A (Schedule of CLINS and Statement of Work.) The anticipated date for contract award is on or about July 2020. (vi)�� �The Contract shall provide for medical professional subject matter experts (SME) to include a medical doctor and/or physician assistant, registered nurse and/or nurse practitioner for the Department of Homeland Security (DHS) Office of Inspector General (OIG). (vii)�� �The period of performance for this requirement is a base period of twelve months, and includes two, twelve-month option periods. �The primary place of performance shall be the contractor�s office or place of residence. The Contractor shall also perform work onsite at locations to be determined by DHS, OIG. (viii)�� �The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors � Commercial applies to this acquisition. The following addendum has been attached to this provision: Offerors� submissions shall include the following information: Dun & Bradstreet Number (DUNS); North American Industrial Classification System (NAICS) Code; Contact Name; Contact Email Address; Contact Telephone and Fax Number; Complete Business Mailing Address. Offerors must submit the name and contact information of at least three relevant past performance (relevant is defined as work similar in size, scope and complexity to the work identified in the SOW) references wherein they provided the same type and scope of service as required by this RFP. �References shall be for services provided within the last three years. Each Offeror shall submit their Technical Proposal and associated documents as a separate electronic attachment from the Pricing Proposal. The Pricing Proposal attachment shall include the completed Pricing Table in Attachment A. (ix)�� �The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The following factors shall be used to evaluate proposals: 1) Prior Experience and Capabilities 2) Past Performance, and 3) Price. Prior Experience and Capabilities and Past Performance are of descending order of importance. �However, when combined, they are significantly more important than price. �Price may become the determining factor for award as proposals become more equal based on other factors. The Government will determine whether the price, inclusive of all options (including the options available under FAR 52.217-8), is fair and reasonable, and whether the price of the base period and all option periods (including the option(s) represented by FAR 52.217-8), in combination with the other evaluation criteria specified in the solicitation, represents the best value to the Government. The technical proposal shall include details describing the contractor�s ability to provide the service requirements outlined in Attachment A and the Statement of Work. �Technical proposal shall not exceed thirty (30) pages not including cover pages and statements of qualifications and other documentation. There are no page limitations to the price proposal. (x)�� �FAR 52.212-3 Offeror Representations and Certifications�Commercial Items. �The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. (xi)�� �The clause at 52.212-4, Contract Terms and Conditions�Commercial Items applies to this acquisition. �The following addenda have been attached to this clause: None. (xii)�� �The provision at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. Additional FAR clauses applicable to this requirement are: The clause at 52.222-3 Convict Labor, 52.222-21, Prohibition of Segregated Facilities, 52.222-22, Previous Contracts and Compliance Reports, 52.222-25 Affirmative Action Compliance, 52.222-26 Equal Opportunity; �52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer System for Award Management. (xiii)�� �The following additional clauses are cited: FAR 52.202-1 Definitions, 52.203-3 Gratuities, 52.203-5 Covenant Against Contingent Fees, 52.203-7 Anti-Kickback Procedures, 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights, 52.204-7 System for Award Management, 52.204-19 Incorporation by Reference of Representations and Certifications, 52.222-17 Non-Displacement of Qualified Workers, 52.222-50 Combat Trafficking in Persons, 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving, 52.233-1 Disputes, 52.233-3 Protest after Award, 52.233-4 Applicable Law for Breach of Contract Claim, 52.243-3 � Changes � Time and Materials and Labor Hour, 52.246-6 Inspection � Time and Materials and Labor Hour, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend Term of the Contract; 3052.204-71 Contractor Employee Access � Alt I, 3052.209-70 Prohibition on contracts with corporate expatriates, 3052.215-70 Key Personnel or Facilities, 3052.242-72 Contracting Officer�s Technical Representative. �Full text of FAR clauses and provisions incorporated by reference can be found at www.acquisition.gov and HSAR Clauses at �https://www.acquisition.gov/hsar. (xiv)�� �Rating under the Defense Priorities and Allocations System (DPAS) � N/A. (xv)�� �Questions concerning this RFP must be received via email to the point of contact noted below no later than 12:00 p.m. ET on May 22, 2020. In order to receive responses to questions, Offerors must cite the section, paragraph number, and page number. �Proposals are due no later than 10:00 a.m. ET on June 10, 2020 and must be submitted electronically (via email) to the individuals noted in section �xvi�. �A separate solicitation document is not available. (xvi)�� �For more information regarding this RFP please contact Ms. Sheri Brooks, Contracting Officer, at Sheri.Brooks@oig.dhs.gov.� �
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/29ec7ebe69e94af9906c4c8e010ba1b1/view)
- Place of Performance
- Address: Washington, DC 20528, USA
- Zip Code: 20528
- Country: USA
- Zip Code: 20528
- Record
- SN05655929-F 20200515/200513230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |