SOLICITATION NOTICE
U -- Base Year + 2 Options - Standardized Patients - Actors
- Notice Date
- 8/31/2023 10:21:25 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- W40M RHCO PACIFIC FORT SHAFTER HI 96858-5098 USA
- ZIP Code
- 96858-5098
- Solicitation Number
- W81K0223Q0172
- Response Due
- 9/19/2023 12:00:00 PM
- Archive Date
- 10/04/2023
- Point of Contact
- Walter J Bischoff, Phone: 3604860707, Fax: 3604860787
- E-Mail Address
-
walter.j.bischoff.civ@health.mil
(walter.j.bischoff.civ@health.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 FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE, THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. OFFERS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. This is solicitation, no. W81K0223Q0172; Purchase Request; 0012000904, issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04.� The associated North American Industrial Classification System (NAICS) Code for this procurement is 611430; Size Standard for small business is 15M. �RFQ is being issued as a Total Small Business Set-Aside. ���This requirement is for Madigan Army Medical Center, Tacoma WA; Department of General Medical Education (GME) and is a Base +2-year services for �Standardized Patient � Actors.� LINE ITEM: ����� ���������DESRIPTION:� � � � � � � � � � � � � QUANTITY:������ UOM:������ UNIT PRICE:� � � � � TOTAL: **0001 -Base Year����� Standardized Patient-Actors� � � � � � �500� � � � � � Hours� � � � � � � � � � � � � � � � � � � � � �� **1001 � Option. (1)� � Standardized� Patient-Actors� � � � � � 500� � � � � � Hours � � � � � � � � � � � � � � � � � � � � **2001 � Option. (2)� �Standardized� Patient-Actors� � � � � �500� � � � � � �Hours � � � � � � � � � � � � � � � � � � � � � �� **The projected Period of Performance start of this action is; 15 October 2023 through 14 October 2024, to be followed with 2-one-year options, if exercised. ������ � �All responsible Contractors shall provide an offer for the following Brand Name or Equal: �Standardized Patient � Actors. Salient Characteristics A Standardized Patient Actor; Demonstrates ability and willingness to collaborate cooperatively with learners, faculty, and administrators. Treating all with respect and consideration. Demonstrates a lack of bias towards the healthcare system, the learner, and other individuals they encounter. Demonstrate the ability to be instructed by an SP Educator. Demonstrates excellent communication skills, the ability to use an I-Pad and online scheduling system. Demonstrates flexibility and reliability with scheduling of assignments at different locations. Maintain confidentiality of information related to the case, student behavior and feedback. Must be of legal status to work in the U.S. Specific Tasks / Requirements: This requirement is for actors to serve as standardized patients (SP) for training purposes to promote patient safety through realistic simulated training opportunities, for repeated practice to enhance medical training skills, competency and proficiency and development quality clinical skills development.� Standardized Patients will support the Graduate Medical Education � Nursing and Medic Training Programs at the Anderson Simulation Center. (See further information provided in the Performance Work Statement � Attachment) SUBMISSION and EVALUATION of FACTORS: The Government will award a contract resulting from this solicitation to the responsible offeror on the Lowest Price Technically Acceptable methodology. Submission: General: Once the Contracting Officer (KO) has decided to whom an award will be made, a signed completed contract (SF1449 form) will be sent to the company. �For this requirement, a company must have an active System for Award Management (SAM) registration, UEI, and CAGE code.� A contract will be in existence once the KO has signed the contract. What to submit: Include company name, CAGE code, Vendor Point of Contact information, Technical abilities (see below), and price. Technical Factor: Describe your company�s abilities in developing Standardized Patient training. �Include your company�s experience and a brief overview of your company�s creation process of applications. �Include description of past projects that your company has worked, challenges you have encountered and how you overcame the challenges. �Also include any processes/programs that you believe makes your company better situated in tackling this project. Offeror submission must include enough information to clearly demonstrate to the Contracting Officer whether or not product/ services will meet the� specifications listed in this announcement.� The evaluated price will be the total price of the quote, to include all fees as indicated.� �Technical Factors are more important than Price.� Price must be determined to be fair and reasonable. Evaluation The government will initially list proposals from lowest to highest price. The government will evaluate the five lowest priced proposals first.� If those proposals are determined technically unacceptable, the government will evaluate the next five lowest priced proposals and continue in that manner until a proposal is rated Technically Acceptable.� USING THIS PROCEDURE, THE GOVERNMENT MIGHT NOT EVALUATE ALL PROPOSALS Price will not be rated but could become the deciding factor if more than one offer is considered acceptable in Technical capabilities. NOTICE: The following provisions apply to this acquisition: 52.212-1 Instruction to Offerors - Commercial Item; 52.212-3 Offeror Representations and Certifications; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 (Deviation) Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; 52.232-33 Payment by Electronic Funds; 52.252-2 Addendum to 52.212-1.� The following Addendum to FAR 52.212-4(c) will also be included in the agreement: UNILATERAL CHANGES�� 1. Unilateral Modifications: The Government may make unilateral modifications considered administrative in nature. The following FAR clauses apply;� 52.204-24 Representation Regarding Telecommunication & Video Surveillance Services, or Equipment, 52.204-25 Prohibition on Contracting for certain Telecommunications & Video Surveillance Services & Equipment, 52.204-26 Covered Telecommunications Equipment or Services Representation, 52.204-27 Prohibition on ByteDance Covered Applications, 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; �52-211-6 Brand name or equal;� 52.219-6 Notice of Total SB Set-side; 52.219-28 Post Award SB Program Re-representation;� 52.222-3 Convict Labor; 52.222-19 Child Labor Cooperation With Authorities And Remedies; 52.222-21 Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special disabled Veterans, Veterans of the Vietnam Era, and Other eligible Veterans; 52.222-50 Combat Trafficking in Persons; 52.222-54 Employment Eligibility Verification; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restriction on Certain Foreign Purchases;� 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claims. The following DFARS clauses apply: 252.203-7000 Requirement relating to compensation of former DoD Officials; 242.203-7002 Requirements to inform employees of whistleblower rights; 252.204-7003 Control of Government personnel work product; 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting (Deviation); 252.204 7015 Disclosure of Information to Litigation support contractors; 252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services; 252.211-7003 Item Unique Identification and Valuation;� 252.212-7001 (Deviation), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.223-7008 Prohibition of Hexavalent Chromium;� 252.225-7036 Buy American-Free Trade Agreement Balance of Payment Program; 252.225-7056 Prhibition Regarding Business Operations with the Maduro Regime, 252.225-7060 Prohibition on Certain Procurements from the Jinjiang Uyghur Autonomous Region (JUN2023); 252.225-7048 Export Controlled Items; 252.225-7972 Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems (MAY 2020 (DEV 202-00015); 252.232-7003 Electronic Submission of Payment Request and Receiving Reports; 252.232-7006 Wide Area Work Flow Payment Instructions; 252.232-7010 Levies on Contract Payments,� 252.247-702; Transportation of Supplies by Sea; 252.244-7000 Subcontracts for Commercial Items and Commercial Components Potential contractors must be registered in the System for Award Management (SAM), online at www.sam.gov to be eligible for an award. Offers submitted must be signed with any supporting documentation due by 19 September 2023 @ 12pm, Pacific Standard Time (PST). Submit offers only via email: Walter.j.Bischoff.civ@health.mil.� NOTE: ALL QUESTIONS MUST BE SUBMITTED VIA EMAIL.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b8891279937e4460a132c19188ec8e34/view)
- Place of Performance
- Address: Joint Base Lewis McChord, WA 98431, USA
- Zip Code: 98431
- Country: USA
- Zip Code: 98431
- Record
- SN06814744-F 20230902/230831230058 (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 |