Pre-employment - annual Physicals
Combined Synopsis Commercial Solicitation: F5N0CC9091AW01 Pre-employment/annual physicals 16 May 2019 This is a combined synopsis/solicitation for commercial services prepared in accordance with the f... Combined Synopsis Commercial Solicitation: F5N0CC9091AW01 Pre-employment/annual physicals 16 May 2019 This is a combined synopsis/solicitation for commercial services 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; Quotes are being requested and a written solicitation will not be issued. Solicitation number is F5N0CC9091AW01 This solicitation is issued as a Request for Quote (RFQ). This solicitation documents and incorporated provisions and clauses are those in effect through FAC 2019-02TA, DPN 20190215, AFAC 2018-0525 . This requirement will be fulfilled using the Simplified Acquisition procedures, FAR Part 13. The associated North American Industry Classification System (NAICS) code is 621111 - Offices of Physicians Small Business Size Standard is $11M. This is an UNRESTRICTED acquisition Description of Requirement: The government anticipates single award firm fixed price contract base year plus one option year. The contractor shall furnish all labor, equipment, devices, tools, materials, transportation, supervision, permits, notifications, and all miscellaneous requirements to perform all operations for up to 75 pre-employment/annual physicals and miscellaneous testing. ________________________________________________________________________ Respond with your pricing based on the following: Base Year - June 2019 to May 2020 Clin 0001 Pre-employment/annual physicals up to 75 Each, Unit Cost, Total Cost Clin 0002 Miscellaneous Re-Testing 1 Lot $1,600.00 - Total Cost - $1,600.00* Option Year 1 - June 2020 to May 2021 Clin 1001 Pre-employment/annual physicals up to 75 Each, Unit Cost, Total Cost Clin 1002 Miscellaneous Re-Testing 1 Lot $1,600.00 - Total Cost - $1,600.00* * Clin 0002 and 1002 are already budgeted just add this into your quote. ________________________________________________________________________ All quotes will be evaluated based on a lowest price technically acceptable basis and quotes should be sufficiently detailed in order to make that determination. View the Performance Work Statement and technical requirements below for details. Any questions may be emailed to the same email address listed. 52.212-2 -- Evaluation -- Commercial Items. As prescribed in 12.301(c), the Contracting Officer may insert a provision substantially as follows: Evaluation -- Commercial Items (Oct 2014) (a) The Government will award a single Firm Fixed Price contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable 1) Up to 2 exams per-day in some cases and as needed for the remaining time period. 2) A location 10 miles distance to Westover ARB 3) Provide testing in a single visit per-patient - Sections 3.3(a), 3.3(b), 3.3(c), 3.3(d) and 3.3(e) of the Performance Work Statement 4) Lowest Price Past performance factors are not applicable. To receive an award the offeror must be active (no exclusions) in System for Award Management (SAM) database which can be accessed at the website https://www.sam.gov/portal/public/SAM. Offers shall be submitted NO LATER THAN 10:00 AM, 31 May 2019 EST, to: 439 CONF/PK Daniel George Westover ARB 250 Airlift Drive Chicopee, MA 01022 via EMAIL daniel.george.6@us.af.mil. (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. (End of Provision) Performance Work Statement For Civilian Firefighter/Security Forces/Emergency Management/ Bio-Engineering Pre-Employment and Annual Examinations Westover Air Reserve Base, MA Rev. 1 April 2019 1. SCOPE: The contractor shall furnish all personnel, equipment, materials, and facilities necessary to perform up to up to 75 health examinations for civilian employees at Westover ARB, MA to include but not limited to: Pre-employment, annual, termination, and fitness-for-duty examinations. The frequency, scope and applicability of occupational health examinations is determined by the Westover ARB Aeromedical Council based NFPA Standard 1582, OPM standards, DOD and AF and documented on one of the following forms: • AF Form 2766 Clinical Occupational Health Requirements • SF 88 Report of Medical Examination • SF 513 Medical Consultation Sheet • SF93 Report of Medical History • AF Form 895 Annual Medical Certification • SF78/OF178 Certificate of Medical Examination • SF600 Chronological Record of Medical Care 2. EXPLAINATION OF TERMS: 2.1. Physician - A licensed doctor of medicine (M.D.) or osteopathy (D.O.) who has been designated by the agency to provide professional expertise in the areas of occupational safety and health as they relate to emergency services. 2.2. Medical Classifications: 2.2.1. Category A Medical Conditions - A medical condition that would preclude a person from performing as a member in a training or emergency operational environment by presenting a significant risk to the safety and health of the person or others. 2.2.2. Category B Medical Conditions - A medical condition that, based on its severity or degree, could preclude a person from performing as a member in a training or emergency operational environment by presenting a significant risk to the safety and health of the person or others. 2.3. Medical Evaluation - The analysis of information for the purpose of making a determination of medical certification. Medical evaluation includes a medical examination. 2.4. Medical Examination - An examination performed or directed by the FireDepartment Physician. 2.5. Medically Certified - A determination by the Fire Department Physician that the candidate or current member meets the medical requirements of NFPA 1582. 2.6. Functional Capacity Evaluation - An assessment of the correlation between the individual's capabilities and the essential job tasks. 2.7. Firefighter Essential Job Tasks: 2.7.1. While wearing personal protective ensembles and self-contained breathing apparatus (SCBA), performing fire-fighting tasks (e.g., hoseline operations, extensive crawling, lifting and carrying heavy objects, ventilating roofs or walls using power or hand tools, forcible entry), rescue operations, and other emergency response actions under stressful conditions including working in extremely hot or cold environments for prolonged time periods 2.7.2. Wearing an SCBA, which includes a demand valve-type positive-pressure face piece or HEPA filter masks, which requires the ability to tolerate increased respiratory workloads 2.7.3. Exposure to toxic fumes, irritants, particulates, biological (infectious) and non- biological hazards, and/or heated gases, despite the use of personal protective ensembles and SCBA 2.7.4. Depending on the local jurisdiction, climbing six or more flights of stairs while wearing a fire protective ensemble, including SCBA, weighing at least 50 lb. (22.6 kg) or more and carrying equipment/tools weighing an additional 20 to 40 lb. (9 to 18 kg) 2.7.5. Wearing a fire protective ensemble, including SCBA, that is encapsulating and insulated, which will result in significant fluid loss that frequently progresses to clinical dehydration and can elevate core temperature to levels exceeding 102.2°F (39°C) 2.7.6. While wearing personal protective ensembles and SCBA, searching, finding, and rescue-dragging or carrying victims ranging from newborns to adults weighing over 200 lb (90 kg) to safety despite hazardous conditions and low visibility 2.7.7. While wearing personal protective ensembles and SCBA, advancingwater-filled hose lines up to 2 1/2 in. (65 mm) in diameter from fire apparatus to occupancy [approximately 150 ft. (50 m)], which can involve negotiating multiple flights of stairs, ladders, and other obstacles 2.7.8. While wearing personal protective ensembles and SCBA, climbing ladders, operating from heights, walking or crawling in the dark along narrow and uneven surfaces that might be wet or icy, and operating in proximity to electrical power lines or other hazards 2.7.9. Unpredictable emergency requirements for prolonged periods of extreme physical exertion without benefit of warm-up, scheduled rest periods, meals, access to medication(s), or hydration 2.7.10. Operating fire apparatus or other vehicles in an emergency mode with emergency lights and sirens 2.7.11. Critical, time-sensitive, complex problem solving during physical exertion in stressful, hazardous environments, including hot, dark, tightly enclosed spaces, that is further aggravated by fatigue, flashing lights, sirens, and other distractions 2.7.12. Ability to communicate (give and comprehend verbal orders) while wearing personal protective ensembles and SCBA under conditions of high background noise, poor visibility, and drenching from hose lines and/or fixed protection systems (sprinklers) 2.7.13. Functioning as an integral component of a team, where sudden incapacitation of a member can result in mission failure or in risk of injury or death to civilians or other team members 3. FIREFIGHTER/EM/BIOREQUIREMENTS: 3.1. Contractor shall provide a licensed physician to complete Physical exams as per requirements published in NFPA 1582 and further clarified in Air Force Technical Implementation Guide 1582-13 (or subsequent versions) for approximately 75 Air Force Civilian Firefighters/EM/Bio. 3.2. Individuals will be scheduled annually by the Fire Department/EM/Bio representative in conjunction with 439 Aeromedical Squadron. Medical documents/forms will be faxed or hand carried by the patient on the day of exam and will remain in the custody of the contractor until faxed or picked up by 439 Medical Squadron personnel authorized by the 439 AMDS. 3.3. Exams must meet requirements defined in NFPA 1582 and Air Force Technical Implementation Guide 1582-13. Examination requirements will be delineated on COHER form (Comprehensive Occupational Health Examination Requirements, AF Form 2766) or other appropriate forms and will include tests such as; a. Medical History: i. A medical history questionnaire shall be completed by each member to provide baseline information with which to compare future medical concerns. ii. An annual medical history questionnaire, which includes changes in health status and known occupational exposures since the previous annual evaluation, shall be completed by each member to provide follow-up information. iii. Information on the questionnaire and interval concerns shall be reviewed with each member by the fire department physician or designated medical evaluator. b. Physical Examination: The annual physical examination shall include each of the following components: i. Vital signs [temperature, pulse, and respiratory rate, and blood pressure (BP)BP shall be measured according to the recommendations of the Seventh Report of the Joint National Committee on Prevention, Detection, Evaluation, and Treatment of High Blood Pressure (JNC7) ii. Head, eyes, ears, nose, and throat (HEENT) iii. Neck iv. Cardiovascular v. Pulmonary vi. Breast vii. Genitourinary viii. Hernia ix. Lymphnodes x. Neurological xi. Musculoskeletal xii. Skin xiii. Vision - Far visual acuity is at least 20/30 binocular, corrected with contact lenses or spectacles. Far visual acuity uncorrected is at least 20/40 binocular for wearers of hard contacts or spectacles. (Color Vision testing is not required) c. Blood Tests: Blood tests shall be performed annually and shall include the following: i. CBCwith differential,RBCindices andmorphology, and platelet count ii. Electrolytes (Na, K, Cl, HCO3, orCO2) iii. Renal function (BUN, creatinine) iv. Glucose v. Liver function tests (ALT,AST, direct and indirect bilirubin, alkaline phosphatase) vi. Total cholesterol, HDL, LDL, clinically useful lipid ratios (e.g., percent LDL), and triglycerides vii. ProstateSpecific Antigen(PSA) viii. Contractor shall provide onsite laboratory processing of all blood tests to ensure results are processed and evaluated in the timeliestmanner possible. d. Urine Laboratory Tests: The urine laboratory tests required shall include the following: i. Dipstick analysis for glucose, ketones, leukocyte esterase, protein, blood, and bilirubin ii. Microscopic analysis for RBC, WBC, casts, and crystals if indicated by results of dipstick analysis e. Spirometry: Pulmonary function testing (spirometry) shall be conducted annually to measure the member's forced vital capacity (FVC), forced expiratory volume in 1 second (FEV1), and the absolute FEV1/FVC ratio. f. Electrocardiograms (ECGs): A resting ECG shall be performed as part of the baseline medical evaluation and shall be performed annually thereafter. NOTE: Any test not required per COHER or other appropriate documents will not be performed without coordination and approval from 439 AMDS/SGP. 3.4. Contractor shall notify patient of abnormal lab results and copy to the 439 Aeromedical Squadron the requirement to follow up with private physician. 3.5. The contractor shall verify physical examination findings through verification of the original tests or additional testing as prescribed by the attending contract physician, after telephone coordination with the 439th AMDS/POC in the annual physicals, or the Civilian Personnel Office, in the case of pre-employment or fitness-for-duty physical. The case shall be pursued until it can be conclusively determined as an individual is/is not at an increased risk of health impairment from occupational exposure or is/is not physically able to perform their job. 3.6. An individual may be recommended for temporary removal from his/her work area or recommended limitations from specific working conditions or exposures until the specific nature of their medical condition can be determined through verification or additional testing. The contractor shall verbally notify the employee's supervisor via the phone number provided on the check in form, but no later than one workday after the determination that limiting condition exists or that removal from the work area is recommended. Written notification will be provided via an approved form provided by the contractor or SF 513, in the case of a fitness-for-duty physical. 3.7. The contractor shall be able to provide additional specialized testing when required as in 3.6 to facilitate continuity of care and the most expedient definitive determination of members' fitness for duty. 3.8. Relationship of Parties- It is expressly agreed and understood that the services rendered by the contractor and its employees are rendered in the capacity of an independent contractor. Although the government may evaluate the quality of both professional and administrative services for purposes of contract inspection and acceptance, it retains no control over the services rendered, including, but not limited to professional judgments, diagnosis, or specific treatments. The contractor shall be solely responsible for any and all liability caused by the acts or commissions of its agents or employees 3.9. The contractor expressly agrees to indemnity, hold harmless, and defend the government of the United States and all of its employees and agents acting officially or otherwise, from any and all liability, claims, demands, actions, debts, and attorney fees arising out of, claimed on account of, or in any manner predicated on loss or damage to the property of the injuries to, or death of any person whatsoever, which may occur as a result of or in connection with the services being provided under this contract. *All physical examination results that medically disqualify employees and/or abnormal laboratory results must be telephoned to the Fire Chief (413-557-3818) immediately after receipt. Telephone notification is not normally necessary for normal examination results; however, it must be provided if requested by AMDS/POC and or the Westover Civilian Personnel Office* 4. PHYSICIAN 4.1. The contactor shall provide a Physician who has the following responsibilities 4.1.1. Understand the physiological, psychological, and environmental demands placed on firefighters 4.1.2. Evaluate the fire department candidates and members to identify medical conditions that could affect their ability to safely respond to and participate in emergency operations 4.1.3. Utilize the essential job task descriptions supplied by the fire department to determine a candidate's or a members medical certification 4.1.4. Identify and report the presence of Category A or disqualifying CategoryB medical conditions if present in firefighters 4.1.5. Inform the Fire Chief or his/her designee whether or not the candidate ormember is medically certified to safely perform the essential job tasks 4.1.6. Report the results of the medical evaluation to the candidate or current member, including any medical condition (s) identified during the medical evaluation, and the recommendation as to whether the candidate or current member is medically certified to safely perform the essential job tasks. 4.1.7. Forward copies of any abnormal results along with patient instructions regarding primary care follow-up to candidates or current members who were instructed to seek (as appropriate) medical follow-up to address any medical conditions, or lab abnormalities, identified during the medical evaluation 4.1.8. Review and approve medical evaluations conducted by another physician or medical provider within the same work center 5. BILLING 5.1. Invoicing will be on a monthly basis for the total amount of physicals completed that month. End - Performance Work Statement The following clauses apply: FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements--Representation (Jan 2017) FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-16 --Commercial and Government Entity Code Reporting. FAR 52.204-18 Commercial and Government Entity code maintenance (Jul 2016) FAR 52.212-1 Instruction to offerors -commercial items (Oct 2018) FAR 52.212-4 Contract Terms and Conditions -- Commercial Items (Oct 2018) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.217-9 Option to extend term of Contract FAR 17.208(g) (Mar 2000) FAR 52.222-19 Child Labor Coop with Authorities and Remedies (Jan 2018) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. (May 2014) FAR 52.223-18 No Texting and Driving (Aug 2011) FAR 52.223-22 Public disclosure of greenhouse emissions (Dec 2016) FAR 52.225-1 Buy American Act Supplies (May 2014) FAR 52.225-13 Restrictions on certain foreign purchases (Jan 2018) FAR 52.225-25 Prohibition on Contracting w/entities in certain activities relating to Iran (Oct 2015) FAR 52.232-1 Payments (Apr 1984) FAR 52.232-33 System for Award Management registration (Jul 2013) FAR 52.232-39 Unenforceability of unauthorized obligations (Jun 2013) FAR 52.232-40 Small business accelerated payments (Dec 2013) FAR 52.233-1 Disputes (May 2014) FAR 52.244-6 Subcontracts for commercial items (Nov 2017) FAR 52.249-1 TFC for govt fixed price (Apr 1984) FAR 52.249-4 Service TFC any price (Apr 1984) DFARS 252.203-7000 Requirements related to compensation of DOD officials (Oct 2016) DFARS 252.203-7002 Whistle Blower rights (Sep 2013) DFARS 252.203-7005 Representation relating to compensation of former DOD officials (Nov 2011) DFARS 252.204-7003 Control of Government personnel (Apr 1992) DFARS 252.204-7006 Billing Instructions DFARS 252.204-7007 Alternate A, Annual Representations and Certifications DFARS 252.204-7011 Alternative Line item structure (Sep 2011) DFARS 252.204-7012 Safeguarding covered defense info and cyber incident (Oct 2016) DFARS 252.204-7015 Notice auth. Disclosure of info and cyber incident reporting (May 2016) DFARS 252.211-7003 Item identification and valuation (Mar 2016) DFARS 252.225-7001 Buy American and Balance of payments program (Dec 2017) DFARS 252.232-7003 Electronic submission payment requests (Jun 2012) DFARS 252.232-7010 Levies on Contract payments (Dec 2006) DFARS 252.243-7001 Fixed price contracts (Dec 1991) AFFARS 5352.201.9101 Ombudsman (Jun 2016) 52.209-11 - Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law. As prescribed in 9.104-7(d), insert the following provision: Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) As prescribed in 12.301(b)(1), insert the following provision: Instructions to Offerors -- Commercial Items (Oct 2018) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition appear in Block 10 of the solicitation cover sheet (SF 1449). However, the small business size standard for a concern which submits an offer in its own name, but which proposes to furnish an item which it did not itself manufacture, is 500 employees. This is an unrestricted acquisition (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an addendum to the solicitation. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the time specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the sender's request and expense, unless they are destroyed during preaward testing. (e) Multiple offers. Offerors are encouraged to submit multiple offers presenting alternative terms and conditions, including alternative line items (provided that the alternative line items are consistent with subpart 4.10 of the Federal Acquisition Regulation), or alternative commercial items for satisfying the requirements of this solicitation. Each offer submitted will be evaluated separately. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST (https://assist.dla.mil/online/start/ ). (ii) Quick Search (http://quicksearch.dla.mil/). (iii) ASSISTdocs.com (http://assistdocs.com). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard ( https://assist.dla.mil/wizard/index.cfm ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Sec...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »