U. S. Air Force Academy APF/NAF Employee Physicals
Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6... Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes only the solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a request for quotation (RFQ) in accordance with FAR part 12 & part 13 under solicitation number FA700019QA034A. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, effective 22 Jan 2019. The associated North American Industry Classification System (NAICS) is 621111, the Product Service Code (PSC) is Q403. This acquisition is unrestricted. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). The Government bears no legal liability for the costs associated with preparing a quote. Vendors should not submit a quote unless they are willing to absorb all costs associated with submitting a quote. The Government will not consider any quotes that contain used, reconditioned, refurbished, gray market, or liquidated stock. Before submitting a quote, please read the instructions in the addenda to FAR 52.212-1 listed below. It is the quoter's responsibility to ensure their quote meets all the requirements identified herein. I. DESCRIPTION OF REQUIREMENTS The United States Air Force Academy (USAFA) NAF Human Resources Office has a APF/NAF service requirement for Appropriated Funded Employee Physicals and Non-Appropriated Funded Employee Physicals in accordance with the Statement of Work (attachment# 2). The awarded contract will consist of a base year plus four (4) one (1) year option periods. Periods of Performance: Base Period of Performance: 1 June 2019 - 31 May 2020 Option year one (1) Period of Performance: 1 June 2020 - 31 May 2021 Option year two (2) Period of Performance: 1 June 2021 - 31 May 2022 Option year three (3) Period of Performance: 1 June 2022 - 31 May 2023 Option year four (4) Period of Performance: 1 June 2023 - 31 May 2024 The contract line item (CLIN) structure is listed below. ITEM NO SUPPLIES/ SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0001 125 Each ______________ Physicals for NAF Employees FFP Not to include child development and Youth Center Employees Performance 1 June 2019 - 31 May 2020 FOB: Destination PURCHASE REQUEST NUMBER: F4BMT09051A0001 SIGNAL CODE: A ESTIMATED NET AMT ______________ PSC CD: Q403 ITEM NO SUPPLIES/ SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 0002 75 Each ______________ APF Employee Physicals FFP Pre-Employment Physicals for Appropriated Funded Positions at Child and Youth Activities In Accordance With Attachment 1 Statement of Work. Period of Performance 1 June 2019 - 31 May 2020 FOB: Destination PURCHASE REQUISITION NUMBER: F4BMC09065AW01 SIGNAL CODE: A ESTIMATED NET AMT ______________ PSC CD: Q403 ITEM NO SUPPLIES/ SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1001 125 Each ______________ OPTION Physicals for NAF Employees FFP Not to include child development and Youth Center Employees Performance 1 June 2020 - 31 May 2021 FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ______________ PSC CD: Q403 ITEM NO SUPPLIES/ SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 1002 75 Each ______________ OPTION APF Employee Physicals FFP Pre-Employment Physicals for Appropriated Funded Positions at Child and Youth Activities In Accordance With Attachment 1 Statement of Work. Period of Performance 1 June 2020 - 31 May 2021 FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ______________ PSC CD: Q403 ITEM NO SUPPLIES/ SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2001 125 Each ______________ OPTION Physicals for NAF Employees FFP Not to include child development and Youth Center Employees Performance 1 June 2021 - 31 May 2022 FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ______________ PSC CD: Q403 ITEM NO SUPPLIES/ SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 2002 75 Each ______________ OPTION APF Employee Physicals FFP Pre-Employment Physicals for Appropriated Funded Positions at Child and Youth Activities In Accordance With Attachment 1 Statement of Work. Period of Performance 1 June 2021 - 31 May 2022 FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ______________ PSC CD: Q403 ITEM NO SUPPLIES/ SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3001 125 Each ______________ OPTION Physicals for NAF Employees FFP Not to include child development and Youth Center Employees Performance 1 June 2022 - 31 May 2023 FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ______________ PSC CD: Q403 ITEM NO SUPPLIES/ SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 3002 75 Each ______________ OPTION APF Employee Physicals FFP Pre-Employment Physicals for Appropriated Funded Positions at Child and Youth Activities In Accordance With Attachment 1 Statement of Work. Period of Performance 1 June 2022 - 31 May 2023 FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ______________ PSC CD: Q403 ITEM NO SUPPLIES/ SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4001 125 Each ______________ OPTION Physicals for NAF Employees FFP Not to include child development and Youth Center Employees Performance 1 June 2023 - 31 May 2024 FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ______________ PSC CD: Q403 ITEM NO SUPPLIES/ SERVICES ESTIMATED QUANTITY UNIT UNIT PRICE ESTIMATED AMOUNT 4002 75 Each ______________ OPTION APF Employee Physicals FFP Pre-Employment Physicals for Appropriated Funded Positions at Child and Youth Activities In Accordance With Attachment 1 Statement of Work. Period of Performance 1 June 2023 - 31 May 2024 FOB: Destination SIGNAL CODE: A ESTIMATED NET AMT ______________ PSC CD: Q403 Total for items numbers 0001, 0002, 1001, 1002, 2001, 2002, 3001, 3002, 4001, 4002 tiny_mce_marker______________ Inspection/Acceptance: Services will be accepted upon receipt of the employees completed OF 178 Payment on invoices cannot be made until the Government has accepted the services. II. SOLICITATION INSTRUCTIONS 1. In all instances throughout this solicitation, to include the applicable provisions and clauses, any use of the word "proposal" should be understood as "quote". All instances of the word "offeror" should be understood as "quoter". 2. The provision at FAR 52.212-1, Instructions to Offerors-Commercial (Oct 2018), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-1: a. Submission of offers. FAR 52.212-1(b) is amended to include the following: (1) Submit signed and dated quotes via e-mail or fax to: 10th Contracting Squadron 10 CONS/PKB, Attn: WANDA FARR 8110 Industrial Drive, Suite 200 USAF Academy, CO 80840-2315. Email address is wanda.farr@us.af.mil Phone number is 719-333-2796 Fax number is (719) 333-9075. (2) Quotes must be submitted by 9 MAY 2019, 4:00 p.m. Mountain Daylight Time (MDT). b. Late submissions. FAR 52.212-1(f) is amended as follows: (1) Offerors are responsible for submitting quotations 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 quotations are due. (2) Any quotation received at the Government office designated in the solicitation after the exact time specified for receipt of quotations is late and will not be considered unless it is received before award is made and the contracting officer determines that accepting the late quotation would not unduly delay the acquisition. (3) If an emergency or unanticipated event interrupts normal Government processes so that quotations cannot be received at the Government office designated for receipt of quotations 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 quotations 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. c. Formal communications. Requests for clarification and information concerning the solicitation must be provided in writing no later than 5 days prior to closing. Answers will be compiled and posted electronically to the Federal Business Opportunities website: https://www.fbo.gov. Questions may be emailed to the point of contact listed above in section II, paragraph 2a. All correspondence should reference the solicitation number. d. Quotation preparation instructions: (1) General Instructions. The offeror shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, e-mail, and telephone number of the offeror, CAGE code, DUNS number, size of business, and warranty information. The Contracting Officer is not responsible for locating or obtaining any information not identified in the quote. (2) Specific Instructions. Quotes shall consist of three parts, as identified below. (a) PRICE QUOTATION. Submit the price quote in accordance with the line item structure listed in this solicitation. Price quotes must be firm-fixed price. Price quotes must include unit prices and extended amounts for each line item (i.e., multiply the unit price and quantity for each line item). Include the total price (i.e., sum of all extended amounts) in the price quote. Include delivery terms and schedule, any discounts, and payment terms with the price quote. (b) CAPABILITIES NARRATIVE. The offeror shall provide a summary of their abilities to successfully perform the services that are necessary for this requirement. (c) CONTRACT DOCUMENTATION. (i) Quoters are required to be registered in the System of Award Management (SAM) (https://www.sam.gov) at the time the quotation is submitted in order to comply with the annual representations and certifications requirements. Quoters that are not registered in SAM at the time the quotation is submitted will not be considered. (ii) Quotes must include a completed copy of the following provisions that require fill-in text (listed in attachment #1 of this solicitation): • FAR 52.212-3 ("The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u)) of this provision"). Note: If the representations and certifications currently posted electronically in SAM are accurate, complete, and applicable to this solicitation, the vendor should include a statement as such with their quote. (iii) If applicable, provide a written statement that the quote incorporates all amendments to the solicitation. 3. The provision at FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), and the addenda listed below applies to this acquisition. The evaluation factors to be included in paragraph (a) of this provision are Price, Technical Information, and Past Performance (see attachment #1) for the full text of this provision). ADDENDUM TO FAR 52.212-2: BASIS FOR OFFER. This is a competitive acquisition in accordance with FAR part 12 and part 13. The Government will submit an offer to the quoter that represents the best value to the Government. Quotes will be evaluated as described below. (1) Solicitation Requirements. All quotes submitted will be reviewed for completeness to determine if they contain all information requested in the addenda to FAR 52.212-1. Quotes that are incomplete or missing information may be considered non-responsive and excluded from the evaluation. (2) Technical Evaluation. The government will evaluate the offeror's technical information on a pass/fail basis. The quotes that are submitted for this requirement will be based on the offeror's capability to perform the tasks that are identified in the Statement of Work. (3) Price Evaluation. The Government shall rank all responsive proposals by price, including option prices. The total evaluated price will be determined by adding together the extended amounts quoted for each line item. The extended amounts will be confirmed by multiplying each line item quantity by the quoted unit price. If there is a conflict between the quoted unit prices and extended amounts, the unit price shall be used to determine the total evaluated price. Any discounts identified in the quote will be included in the evaluation of the total evaluated price. No advantage will accrue to a vendor who submits a quote for an unreasonably low price. The lowest price quote may not necessarily be selected. Failure to propose for any line item may cause the vendor's quote may be considered non-responsive and excluded from the evaluation. The price evaluation will document the reasonableness of the quoted price. Technical Acceptable/Unacceptable Ratings Acceptable Employee Physical model adequately addresses the needed requirements as stated in the Performance Work Statement (PWS). Unacceptable Employee Physicals model does not adequately address the requirements as stated in the PWS. (4) Past Performance Evaluation. The purpose of the past performance evaluation is to assess the degree of confidence the Government has in the offeror's ability of meeting the solicitation requirements. The Government also may use sources other than those provided in response to this solicitation, such as information obtained from the Federal Awardee Performance & Integrity Information System (FAPIIS), the Past Performance Information Retrieval System (PPIRS), and the System of Award Management (SAM). The past performance evaluation will be based on the contracting officer's knowledge of and previous experience with the supplies being acquired and in accordance with DFARS 252.213-7000, Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations (Mar 2018). A quoter will not be evaluated favorably or unfavorably if they do not have a record of past performance in SPRS under the PSC of the items being purchased. (5) Best Value Decision. The contracting officer shall evaluate quotes considering technical information, price, and past performance information. The contracting officer will submit an offer to the quoter whose quote represents the best value to the Government. (End of Addendum) 4. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018), and the addenda listed below applies to this acquisition. ADDENDA TO FAR 52.212-4: Text in paragraph (c) is deleted and replaced with the following: (d) Changes. Changes in terms and conditions of this contract may be made only by written agreement of the parties with the exception of certain changes such as administrative changes including changes in paying office, appropriation data, etc. authorized by the Federal Acquisition Regulation and its supplements that may be made unilaterally by the Contracting Officer (for a complete list of changes that may be made unilaterally, see FAR 43.103(b)). III. ADDITIONAL PROVISIONS AND CLAUSES. The contracting officer has determined the provisions and clauses listed in attachment #1 to be necessary for this acquisition. The full text of each provision and clause can be viewed at http://farsite.hill.af.mil/vmfara.htm (FAR), http://farsite.hill.af.mil/vmdfara.htm (DFARS), and http://farsite.hill.af.mil/vmaffara.htm (AFFARS). IV. ATTACHMENTS TO THIS SOLICITATION 1. PROVISIONS AND CLAUSES 2. STATEMENT OF WORK
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »