SOLICITATION NOTICE
Q -- Occupational Health Medical Examinations
- Notice Date
- 8/2/2022 7:41:20 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- W7NB USPFO ACTIVITY LA ARNG PINEVILLE LA 71360-0000 USA
- ZIP Code
- 71360-0000
- Solicitation Number
- W912NR22R0024
- Response Due
- 8/5/2022 12:00:00 PM
- Archive Date
- 08/20/2022
- Point of Contact
- CW3 William Jones, Phone: 13182905988, Fax: 13182905886, Crystal Lynn Stiles, Phone: 3182905933, Fax: 13182905886
- E-Mail Address
-
William.r.jones386.mil@army.mil, crystal.l.stiles2.mil@army.mil
(William.r.jones386.mil@army.mil, crystal.l.stiles2.mil@army.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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; proposals are being requested and a written solicitation will not be issued. The solicitation W912NR-22-R-0024 is issued as a Request for Proposal (RFP).� This synopsis/solicitation is issued for commercial service in accordance with FAR Part 12-Acquistion of Commercial Items.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 effective 26 May 2022. This acquisition is a Total Small Business (SB) set aside using NAICS 621111 small business size standard is $14,000,000.00. This will be awarded as a Firm Fixed Priced contract using trade off procedures where technical and past performance combined are more important than price. Interested offerors must be registered in the System for Award management (SAM) to be considered for award.� There is no site visit, and all questions must be submitted in writing in accordance with the below criteria. The Government shall make an award using cost provided in using the start date no later than 1 month after award. PROPOSAL GUIDANCE:� All proposals shall be emailed to William.r.jones386.mil@army.mil and crystal.l.stiles2.mil@army.mil NLT 5 August 2022 AT 2:00PM (CST).� The initial question period will end 28 July at 2:00PM (CST). The Louisiana Army National Guard Safety Office has an Occupational Health Medical Examinations requirement for Louisiana National Guard Federal Employees located in Pineville, Louisiana. See the PERFORMANCE WORK STATEMENT. This is an all or none award. The Government reserves the right to cancel the contract in its entirety or parts of the requirement within a seven (7) day notice. The provision at FAR 5 2.212-1, Instruction to Offerors-Commercial, applies to this acquisition. Offer must include: -Proof of adherence to provided specifications (offers will be checked for technical acceptableness based on requirement) - Past performance with Occupational Health Medical Examination services within the past for (4) years. Limit of three (3) past performance submitted with proposal. - Price information must include all costs required to manage and perform all outlined tasks identified in the PWS FAR provision 52.212-2 is applicable to this solicitation. 52.2312-2 Evaluation-Commercial Service The Government will award a contract resulting from this solicitation to the responsive, responsible, offeror whose proposal conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Factor 1- Technical Acceptable- Technical Proposal will be evaluated to determine that the Government requirements in the Statement of Work can be achieved Rating� � � � � � � � � Description Acceptable� � � � � ��Meet the requirements of the Performance Work Statement (5.1-5.9.7) Unacceptable� � � � �Does not clearly meet the minimum requirements of Performance Work Statement. Factor 2 - Past Performance-The Government will review the past performance information provided by the offerors in their proposal and any other past performance information independently uncovered.� The Government will first determine if the past performance is relevant to the similar scope, magnitude, and complexity as the requirement described in the PWS.�Offerors must include a completed copy of FAR Provision 52.212-3, Offeror Representation and Certification- Commercial Items with their proposal. 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 above) Unacceptable - Based on the offeror�s performance record, the Government does not have a reasonable expectation that the�offeror will be able to successfully perform the required effort. Neutral - Offeror does not have a record of relevant past performance or it is so sparse that no meaningful past performance rating can be reasonably assigned. Factor 3 � Price - Price will be evaluated to determine if the offerors proposed price is fair and price reasonableness (End of Provision) TimeLine 22 July 2022 � Combined Synopsis/Solicitation posted 28 July 2022 � Questions Period Ends 3 August 2022 - Solicitation closes 14:00 CST Location See PERFORMANCE WORK STATEMENT. Examination Location must be within 35 miles of Pineville, Louisiana 71360. Bidding Format DESCRIPTION�� QTY�� UNIT OF ISSUE (EACH)�� TOTAL 0010 Electronics Mechanic Physical���������� Qty����� Ea������� Total 0020 Fabric Worker� � � � � � � � � � � � � � � � � � �Qty����� Ea������� Total 0030 Machinist� � � � � � � � � � � � � � � � � � � � � � Qty����� Ea������� Total 0040 Welder� � � � � � � � � � � � � � � � � � � � � � � � Qty����� Ea������� Total 0050 Sheet Metal Mechanic� � � � � � � � � � � � Qty����� Ea������� Total 0060 Painter� � � � � � � � � � � � � � � � � � � � � � � � Qty����� Ea������� Total 0070 Wood Worker������������������������������������� Qty����� Ea������� Total 0080 Surface Maintenance Mechanic� � � � �Qty����� Ea������� Total 0090 Artillery Repairer� � � � � � � � � � � � � � � � �Qty����� Ea������� Total 0010 Small Arms Repairer� � � � � � � � � � � � � Qty����� Ea������� Total 0011 Tools and Parts Attendant����������������� Qty����� Ea������� Total 0012 Aircraft Mechanic� � � � � � � � � � � � � � � �Qty����� Ea������� Total Contractor shall provide name of facility that shows required proximity.� The following FAR/DFAR clauses and provisions are applicable to this acquisition: 52.202-1 Definitions JAN 2012 52.203-3 Gratuities APR 1984 52.203-5 Covenant against Contingent Fees APR 1984 52.203-7 Anti-Kickback Procedures OCT 2010 52.204-7 System for Award Management JUL 2013 52.204-13 System for Award Management Maintenance JUL 2013 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.212-4 Contract Terms and Conditions--Commercial Items FEB 2012 52.216-24 Limitation of Government Liability APR 1984 52.216-25 Contract Definitization OCT 2010 52.222-3 Convict Labor JUN 2003 52.222-19 Child Labor -- Cooperation with Authorities and Remedies MAR 2012 52.222-21 Prohibition of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity for Veterans SEP 2010 52.222-36 Affirmative Action For Workers with Disabilities OCT 2010 52.222-37 Employment Reports on Veterans SEP 2010 52.222-50 Combating Trafficking in Persons FEB 2009 52.223-6 Drug-Free Workplace MAY 2001 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications DEC 2012 52.232-1 Payments APR 1984 52.232-18 Availability if Funds APR 1984 52.232-33 Payment by Electronic Funds Transfer-System for Award Management JUL 2013 52.233-1 Disputes JUL 2002 52.233-2 Service Of Protest SEP 2006 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.243-1 Changes--Fixed Price AUG 1987 52.252-2 Clauses Incorporated By Reference FEB 1998 252.203-7002 Requirement to Inform Employees of Whistleblower Rights JAN 2009� 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012� 252.232-7006 Wide Area Workflow Payment Instructions MAY 2013 Executive Order 13514: Federal Leadership in Environmental, Energy, and Economic Performance (OCT 2009)� To be awarded this contract, the offeror must be registered in the SAM and remain active during period of performance. (https://www.sam.gov/portal/public/SAM/). All vendors MUST have a publicly visible registration in the System for Award Management (SAM). Unique Entity Identifier (UEI), CAGE Code & Federal Tax ID numbers MUST be submitted with offer. If you need any additional assistance getting registered, please send me an email and I will send you additional instructions. Contracting Office Address: USPFO for Louisiana, 420 F Street, Camp Beauregard, Pineville, LA 71360 Point of Contact(s) CW3 William Jones (318) 290-5988 William.r.jones386.mil@army.milor Mrs. Crystal L. Stiles (318) 290-5982 crystal.l.stiles2.mil@mail.mil Representation. As prescribed in 4.2105(a), complete the following representation in FAR Clause 52.204-24(d) Representation. The Offeror represents that � (1) It ? will, ? will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (c)(1) of this section if the Offeror responds �will� in paragraph (d)(1) of this section; and (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that�It ? does, ? does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (c) (2) of this section if the Offeror responds �does� in paragraph (d) (2) of this section. Vendor Name: _________________________________________________________________ Authorized Representative Name/Title: __________�������������������__________________________� ��������������������������������������������������������������������������������� (Print Name/Title) Authorized Representative Signature: ________________________________��������������������_____ NOTE: For your offer to be considered ensure the following: ��������� Registration in SAM is current and accurate. ��������� pricing for all items listed and total of all items complete.� ��������� Representation selection has been made (#1 & #2). ��������� Submission made via email by the specified time and date.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/e9c1f518deaf4e988991188f8a0a920d/view)
- Place of Performance
- Address: Pineville, LA 71360, USA
- Zip Code: 71360
- Country: USA
- Zip Code: 71360
- Record
- SN06410602-F 20220804/220802230118 (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 |