Medical Courier Services
12 March 2019 REQUEST FOR QUOTE, FA524019Q0021 FROM: 36 CONS/PKB Bldg. 22026 Unit 14040 Andersen AFB, Yigo, GU 96929 1. This is a combined synopsis/solicitation for commercial items prepared in accord... 12 March 2019 REQUEST FOR QUOTE, FA524019Q0021 FROM: 36 CONS/PKB Bldg. 22026 Unit 14040 Andersen AFB, Yigo, GU 96929 1. 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. This acquisition is procured using FAR 13 procedures, Simplified Acquisition Procedures. 2. FA524019Q0021 for Medical Courier is hereby issued as a request for quotes. 3. The following solicitation document, incorporated provisions, and clauses are in effect through Federal Acquisition Circular 2019-01 (effective 20 Dec 18). 4. This solicitation has been set aside for 100% Small Business under the 492110 NAICS Code, with a small business size stanard of 1500 employees. 5. The government request quotes for the following items: CLIN DESCRIPTION QTY 0001 Medical Courier Services in accordance w/ SOW (01 April 2019 - 30 September 2019 Base Year) 6 months 1001 Medical Courier Services in accordance w/ SOW (01 October 2019 - 30 September 2020 Option Year 1) 12 months 2001 Medical Courier Services in accordance w/ SOW (01 October 2020 - 30 September 2021 Option Year 2) 12 months 3001 Medical Courier Services in accordance w/ SOW (01 October 2021 - 30 September 2022 Option Year 3) 12 months 4001 Medical Courier Services in accordance w/ SOW (01 October 2022 - 30 September 2023 Option Year 4) 12 months 6. Delivery Address -36 MDSS/SGSME Andersen AFB Yigo, GU 96929. If this delivery schedule cannot be met, the contractor must specify the proposed delivery schedule in the quote. 7. FAR 52.212-1 Instruction of Offerors (Jan 2017) -- Commercial applies to this acquisition. 8. FAR 52.212-2 Evaluation -- Commercial Items (Oct 2014) applies to this acquisition. The evaluation factors are as follows; (a) The Government will award a 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: 1) Price 2) Technical capability to meet the government's requirement 3) Past Performance Rating Description Acceptable Proposal clearly meets the minimum requirements of the solicitation & Specifications provided. Unacceptable Proposal does not clearly meet the minimum requirements of the solicitation. Technical Acceptability is equal to price. (DETERMINE WEIGHT OF FACTORS) (b) 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. 9. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Nov 2017) applies to this acquisition. This means that the contractor must have a valid Representations and Certifications filed in the System for Award Management (SAM) or provide the government a completed copy of the record. 10. FAR 52.212-4 Contract Terms and Conditions -- Commercial (Jan 2017) applies to this acquisition. 11. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (DEVIATION 2013-O0019) (Jul 2018) applies to this acquisition. 12. Additional provisions that apply to this acquisition are: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-20, Predecessor of Offeror (Jul 2016) FAR 52.219-1, Small Business Program Representations (Oct 2014) FAR 52.222-22 Previous Contracts and Compliance Reports (Feb 1999) FAR 52.222-25, Affirmative Action Compliance (Apr 1984) FAR 52.237-1, Site Visit (Apr 1984) DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials (Nov 2011) 13. Feb 2014), DFARS 252.204-7011, Alternative Line Item Structure (Sep 2011). 14. Additional clauses that apply to this acquisition are: FAR 52.204-13, System for Award FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jan 2014) FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Sep 2016) FAR 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) FAR 52.222-41, Service Contract Labor Standards (May 2014) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) FAR 52.223-18, Encouraging Contractors Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act (May 2014) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-1, Payments (Apr 1984), FAR 52.232-8, Discounts for Prompt Payment (Feb 2002) FAR 52.232-23, Assignment of Claims (May 2014) FAR 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Oct 2018) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-1, Disputes (May 2014) FAR 52.233-3, Protest After Award (Aug 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) FAR 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Apr 1984) FAR 52.247-34 F.O.B. Destination (Nov 1991) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials (Sep 2011) DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights (Sep 2013) DFARS 252.204-7003, Control of Government Personnel Work Product (Apr 1992) DFARS 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016) DFARS 252.223-7008, Prohibition of Hexavalent Chromium (Jun 2013) DFARS 252.225-7048, Export - Controlled Items (Jun 2013) DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012) DFARS 252.232-7006, Wide Area Workflow Payment Instructions (May 2013) DFARS 252.232-7010, Levies on Contract Payments (Dec 2006) DFARS 252.243-7001,Pricing of Contract Modifications (Dec 1991) DFARS 252.247-7023, Transportation of Supplies by Sea (May 2002) AFFARS 5352.201-9101, Ombudsman (Jun 2016) AFFARS 5352.223-9001, Health and Safety on Government Installations (Nov 2012) AFFARS 5352.242-9000, Contractor Access to Air Force Installations (Nov 2012) 15. Quotes are due back to the government NO LATER THAN 26 March 2019 at 1000 hrs Chamorro Standard Time (ChST). Late quotes will be accepted at the discretion of the Contracting Officer. 16. Any quotes or questions may be emailed to SSgt Jody Smith at jody.smith.4@us.af.mil. JAMES L. MCFARLAND III Contracting Officer Attachments 1) Statement of Work
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »