Optimizing Human Weapon System 2
The Oklahoma Air National Guard - 9100 East 46th Street North, Tulsa, OK 74115 is seeking prehabilitative physical therapy services to reduce the incidence and severity of neck and back pain in fighte... The Oklahoma Air National Guard - 9100 East 46th Street North, Tulsa, OK 74115 is seeking prehabilitative physical therapy services to reduce the incidence and severity of neck and back pain in fighter pilots. This combined synopsis/ solicitation OptimizingHumanWeaponSystem2 is100% set aside for small business IAW FAR 19.502-2(a) If no acceptable offer from a small business concern is received, the small business set-aside shall be withdrawn and the requirement, if still valid, may be made on the basis of full and open competition considering all offers submitted by responsible business concerns, to include large businesses. Award may be made to multiple offerors to include all or part of the items included in the quote to include both GSA schedule and open market quotes. If there is an after hour point of contact, please include in quote. The Federal Supply Classification (FSC) is Q518 and The North American Industry Classification System (NAICS) code is 621340 and the small business size standard is $7.5M. All firms or individuals responding must be registered with the System for Award Management (SAM). All responsive quotes will be considered by the agency. You may email your quote in. It is incumbent upon the interested parties to verify that your quote has been received by our office. Invoicing will be required to go through Wide Area Work Flow (WAWF) at https://wawf.eb.mil/ Services being requested are included in the SOW attached to this Solicitation. All questions concerning this combined synopsis and solicitation must be directed to MSgt David Hugueley and SMSgt Lonsdale at usaf.ok.138-fw.list.msc@mail.mil by 1100 hours Central Time on 06 August 2019. Quotes are due by 1100 hours Central Standard Time on 19 August 2019. Quotes may be submitted on your companies regular document just make sure to quote all 4 CLINS via e-mail to usaf.ok.138-fw.list.msc@mail.mil. Please provide a minimum cost of $1 on all CLINS to include CMRA reporting. 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; quotes are being requested and a written solicitation will not be issued. This solicitation OptimizingHumanWeaponSystem2 is being issued as a request for quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-03 which is effective as of 12 July 2019. Failure to provide pricing for all CLINS can result in disqualification. The CLIN Structure will be: CLIN 0001 Provide Physical Therapy Services in accordance with Statement of Work CLIN 0002 The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the Oklahoma National Guard via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web addresses: http://www.ecmra.mil/ or https://cmra.army.mil/. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. Data shall be reported not later than the first to occur of (1) submission of contractor's final invoice following conclusion of the period of performance or (2) October 31 of each calendar year. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mil CLIN 0003 One year extension of base period of Physical Therapy and Gym Services. CLIN 0004 A second one year extension of base period of Physical Therapy and Gym Services. Current Service Contract Act (SCA) Wage Determination rates will apply to this solicitation. The rates can be found at https://beta.sam.gov/search?index=wd The following Federal Acquisition Regulation (FAR) provision and clauses which can be found at https://acquisition.gov/browse/index/far and DOD Class Deviations (CD) which can be found at https://www.acq.osd.mil/dpap/dars/class_deviations.html apply to this combined synopsis/solicitation: FAR 52.203-11 Certification and Disclosure Regarding Payments to Influence Certain Federal Transactions FAR 52.203-12 Limitations on Payments to Influence Certain Federal Transactions FAR 52.204-7 System for Award Management FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-13 System for Award Management Maintenance FAR 52.204-16 Commercial and Government Entity Code Reporting FAR 52.204-17 Ownership or Control of Offeror FAR 52.204-18 Commercial and Government Entity Code Maintenance FAR 52.204-19 Incorporation by Reference of Representations and Certifications FAR 52.204-20 Predecessor of Offeror FAR 52.204-22 Alternative Line Item Proposal FAR 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations FAR 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law FAR 52.212-1 (Deviation 2018-O0018) Instructions to Offerors - Commercial Items FAR 52.212-2 Evaluation - Commercial Items with paragraph (a) amended to include evaluation factors of (i) technical capability of item offered to meet the Government requirement (ii) price FAR 52.212-3 Offeror Representations and Certifications - Commercial Items Alternate 1 FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items FAR 52.217-5 Evaluation of Options FAR 52.217-8 Option to Extend Services FAR 52.217-9 Option to Extend Term of the Contract FAR 52.219-1 Small Business Program Representations - Alternate 1 FAR 52.219-6 (Deviation 2019-O0003) Notice of Total Small Business Set Aside FAR 52.219-28 Post-Award Small Business Program Representation FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-35 (Deviation 2017-O0008) Equal Opportunity for Veterans FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-37 Employment Reports on Veterans FAR 52.222-41 Service Contract Labor Standards FAR 52.222-42 Statement of Equivalent Rates for Federal Hires FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) FAR 52.222-50 Combatting Trafficking in Persons FAR 52.222-55 Minimum Wages Under Executive Order 13658 FAR 52.223-62 Paid Sick Leave Under Executive Order 13706 FAR 52.223-6 Drug-Free Workplace FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.224-1 Privacy Act Notification FAR 52.224-2 Privacy Act FAR 52.224-3 Privacy Training FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran - Representation and Certifications FAR 52.227-1 Authorization and Consent FAR 52.232-1 Payments FAR 52.232-8 Discounts for Prompt Payment FAR 52.232-11 Extras FAR 52.232-16 Progress Payments FAR 52.232-23 Assignment of Claims FAR 52.232-25 Prompt Payment FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management FAR 52.232-39 Unenforceability of Unauthorized Obligations FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-1 Disputes FAR 52.233-3 Protest after Award FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.237-7 Indemnification and Medical Liability Insurance - The specialty is Physical Therapist with an amount not less than $1,000,000 per specialty per occurrence FAR 52.243-1 Changes - Fixed Price- Alternate 1 FAR 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) FAR 52.252-1 Solicitation Provisions Incorporated by Reference location https://acquisition.gov/browse/index/far FAR 52.252-2 Clauses Incorporated by Reference https://acquisition.gov/browse/index/far FAR 52.252-5 Authorized Deviations in Provisions DFARS 252.201-7000 Contracting Officer's Representative DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights DFARS 252.203-7005 Representations Relating to Compensation of Former DoD Officials DFARS 252.204-7003 Control of Government Personnel Work Product DFARS 252.204-7007 Alternate A, System for Award Management DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DFARS 252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support DFARS 252.209-7004 Subcontracting with Firms That are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism DFARS 252.225-7012 Preference for Certain Domestic Commodities DFARS 252.225-7048 Export-Controlled Items DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7004 DoD Progress Payment Rates DFARS 252.232-7006 Wide Area Work Flow Payment Instructions DFARS 252.243-7001 Pricing of Contract Modifications
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »