Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 15, 2020 SAM #6652
SOLICITATION NOTICE

Q -- Medical Providers Services

Notice Date
2/13/2020 11:03:07 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
W7ND USPFO ACTIVITY MD ARNG HAVRE DE GRACE MD 21078-4094 USA
 
ZIP Code
21078-4094
 
Solicitation Number
W912K6-20-Q-0027
 
Response Due
3/19/2020 7:00:00 AM
 
Archive Date
04/03/2020
 
Point of Contact
David J. Martinelli, Phone: 4109428248, Frank Harris, Phone: 4109428475
 
E-Mail Address
ng.md.mdarng.list.uspfo-arpc@mail.mil, ng.md.mdarng.list.uspfo-arpc@mail.mil
(ng.md.mdarng.list.uspfo-arpc@mail.mil, ng.md.mdarng.list.uspfo-arpc@mail.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
The Maryland Army National Guard requires NON-personal services to provide timely and accurate Medical Providers Services by a Physician and Physician�s Assistant or Nurse Practitioner. The purpose of this requirement is to obtain licensed medical provider support for completion of the periodic health assessment (PHA), pre/post deployment health assessment (PDHA), post deployment health reassessment (PDHRA), Physical Examinations for Aviation, Special Military School and miscellaneous examinations to improve Individual Medical Readiness (IMR) of the MDARNG. Medical treatment is not authorized. We propose to enter into a Firm-fixed Price contract with a contractor who shall furnish Medical Providers as defined in the attached Performance Work Statement (PWS). The MDARNG Surgeon�s Office requires a combination of 1 Physician and 1 Physician�s Assistant or Nurse Practitioner to perform approximately 416 (one day per week) and 1,248 hours (three days per week) of services per year.� 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, or exceed, these requirements. Candidate resumes must be provided. Capability and Experience: Proposal should demonstrate an understanding of the requirements as outlined in the Performance Work Statement. The proposal should provide a definitive approach to achieve the end results that are set forth in the requirements. Proposals that merely offer to provide the service in accordance with the Performance Work Statement (PWS) will be considered technically unacceptable and will not be considered further. Synopsis: ""PLEASE READ THIS NOTICE CAREFULLY AS IT CONSTITUTES THE ONLY NOTICE THAT WILL BE�ISSUED."" This requirement is subject to the availability of funding per FAR 52.232?18, Availability of Funds. This is a combined synopsis/solicitation for Commercial Items prepared in accordance with (IAW) the format in the Federal Acquisition Regulations (FAR) subpart 12.6, and subpart 13.106 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation W912K6-20-Q-0027 is issued as a request for quotation (RFQ).� The results of this requirement will be a Firm-Fixed priced (FFP) contract. The right to make multiple or no award is reserved in the event it is advantageous to the Government to do so. This RFQ incorporates provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2020-04 Dated January 15, 2020.� This requirement will be awarded on an all or none basis as a commercial item Fixed Price purchase order under procedures on FAR Parts 12 and 13. Offer/Bid must be valid for a minimum of 90 days. FAR Provisions and Clauses applicable to this acquisition can be obtained from the following website, http://acquisition.gov/. The contractor shall provide a complete quote IAW the attached documents, which includes the Performance Work Statement (PWS). See attachments. Contract Type and Evaluation Criteria: Award will be made to the most responsive and responsible offeror whose offer results in the best value to the government. Vendors are encouraged to explain how there offer achieves best value. Maryland National Guard reserves the right to award to other than the lowest price. The North American Industry Classification System (NAICS) code for this quote is 621399. The small business size standard is $8.0 Million. The following factors shall be used to evaluate offers: (1) Technical (see Performance Work Statement) (2) Past Performance (3) Price submission, which must include the following: Proposal Format for Pricing: One Base year: CLIN���������������������� Description������������������������ ��������������� Unit of Issue����� Unit Price per Month�������������������� Total CLIN 1������������������ Physician ��������������������������� ��������������� 12 months CLIN 2������������������ Phys Asst (or) NP���������������������������� 12 months CLIN 3 ����������������� CMRA���������������������������������� ��������������� 1 each ������������������������������������������������������������������������������������������������������������������������������� GRAND TOTAL: (4) See attachment 2 for additional submission instructions. Period of Performance: Start Date to be 28 March 2020, or NLT 30 days after award for 1 Base year. � Site Visit: NA Notes: Interested offerors must be registered in SAM. Applicable Clauses/Regulations: 52.252-1, ������������ Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/. 52.252-2, ������������ Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/. 52.252-5,������������� Authorized Deviations in Provisions (Apr 1984) (a)�The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the provision. (b)�The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. 52.252-6,������������� Authorized Deviations in Clauses (Apr 1984) (a)�The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the date of the clause. (b)�The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of �(DEVIATION)� after the name of the regulation. 52.202-1,������������� Definitions (Nov 2003) 52.203-3,������������� Gratuities (Apr 1984) 52.203-5,������������� Covenant Against Contingent Fees (May 2014) 52.203-6 Alt 1,��� Restrictions on Subcontractor Sales to the Government (Sep 2006) Alt 1 (Oct 1995) 52.203-7,������������� Anti-Kickback Procedures (May 2014) 52.203-17, ��������� Contractor of Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (Apr 2014) 52.204-7, ������������ System for Award Management (Oct 2018) 52.204-9,������������� Personal Identity Verification of Contractor Personnel (Jan 2011) 52.204-10, ��������� Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) 52.204-13, ��������� System for Award Management Maintenance (Oct 2016) 52.204-19,���������� Incorporation by Reference of Representations and Certifications (Dec 2014) 52.204-24, ��������� Representation Regarding Certain Telecommunications and Video Surveillance Services ��or Equipment (Dec 2019) 52.204-25, ��������� Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.204-26,���������� Covered Telecommunications Equipment or Services-Representation (Dec 2019) 52.209-6, ������������ Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.209-9,������������� Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) 52.212-1, ������������ Instructions to Offeror -- Commercial items applies to this acquisition (Oct 2018) 52.212-2, ������������ Evaluation -- Commercial Items applies to this acquisition. Quotes will be evaluated on technical acceptability and price (Oct 2014) Offeror must include a completed copy of the provision at 52.212-3 Alt I, Offeror Representations and Certifications -- Commercial Items (Nov 2017) Alt 1 (Oct 2014) with its offer, or have an Online Representations and Certification Application which is current. 52.212-5,������������� Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial applies to this acquisition. 52.216-24,���������� Limitation of Government Liability 52.217-5, ������������ Evaluation of Options 52.217-8, ������������ Option to Extend Services 52.217-9, ������������ Option to Extend the Term of the Contract 52.219-6, ������������ Notice of Total Small Business Set-Aside 52.219-8,������������� Utilization of Small Business Concerns 52.219-13, ��������� Notice of Set-Aside Orders 52.219-14, ��������� Limitations on Subcontracting. 52.219-28, ��������� Post Award Small Business Program 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. 52.222-36, ��������� Affirmative Action for Workers with Disabilities 52.222-50, ��������� Combating Trafficking in Persons 52.223-18, ��������� Encouraging Contractor Policies to Ban Text Messaging while driving. 52.225-13, ��������� Restrictions on Certain Foreign Purchases. 52.225-18, ��������� Place of Manufacture 52.225-25, ��������� Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representations 52.232-1,������������� Payments 52.232-18, ��������� Availability of Funds 52.232-33, ��������� Payment by Electronic Funds Transfer 52.232-39,���������� Unenforceability of Unauthorized Obligations 52.232-40, ��������� Providing Accelerated Payments to Small Business Subcontractors 52.233-1 Alt 1,��� Disputes 52.233-3, ������������ Protest after Award.����� 52.233-4, ������������ Applicable Law for Breach of Contract Claim. 52.237-3, ������������ Continuity of Services 52.237-7,������������� Indemnification and Medical Liability Insurance 52.246-16,���������� Responsibility for Supplies 52.247-34, ��������� F.O.B. Destination 252.203-7000, �� Requirements Relating to Compensation of Former DOD Officials 252.203-7002, �� Requirement to Inform Employees of Whistleblower Rights 252.204-7000,��� Disclosure of Information 252.204-7003,��� Control of Government Personnel Work Product 252.225-7001, �� Buy American and Balance of Payments Program 252.232-7003, �� Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, �� Wide Area Workflow Payment Instructions 252.232-7010, �� Levies on Contract Payment 252.239-7001,��� Information Assurance Contractor Training and Certification Quote Submission: Quotes shall be submitted by email to Mr. David Martinelli, Contracting Specialist, at ng.md.mdarng.list.uspfo-arpc@mail.mil; no later than March 19, 2020, 10:00 AM EST. Quotes shall be clearly marked RFQ W912K6-20-Q-0027. Offerors are hereby notified that if their quotes are not received by the date, time, and location specified in this announcement, it will not be considered by the agency.� Telephone request will not be considered. Any changes or amendments to this RFQ will be furnished by this office. Question Submission:� Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted via email to Mr. David Martinelli at ng.md.mdarng.list.uspfo-arpc@mail.mil �no later than March 5, 2020 by 10:00 AM EST. Questions not received within the allowable time may not be considered. There are 3 attached documents.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/781287cc749c4ed394cbf41da5a01dc3/view)
 
Place of Performance
Address: Reisterstown, MD 21136, USA
Zip Code: 21136
Country: USA
 
Record
SN05561836-F 20200215/200213230137 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.