WA ARNG OCCUPATIONAL HEALTH MOBILE EXAMS
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announce... This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR 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. Solicitation number/ W912K3-19-R-0001 is hereby issued as a Request for Quote (RFQ). The Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, Dated 20 DEC 2018 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20190205. It is the contractor's responsibility to become familiar with applicable clauses and provisions. This acquisition is under North American Industry Classification Standards (NAICS) code 562991. This acquisition will be for a Single Award Indefinite Delivery/Indefinite Quantity Contract. This RFQ is for a 100% Small Business set-aside, anticipated award will be a Single Award Indefinite Delivery/Indefinite Quantity contract. Awards made from this IDIQ will be Firm Fixed Price Task Orders. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 13, whose quote conforms to all of the RFQ's requirements and is judged to represent the Best Value to the Government in accordance with the evaluation factors set forth in this RFQ. ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government. Government POC: Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer. The date, time and request for quote offers are due by 01 June 2019 at 3:00 P.M. Eastern time on to Christopher.e.martin6.mil@mail.mil. Electronic offers preferred. All questions must be submitted by email no later than 24 hours prior to bid close date. NO QUESTIONS BY TELEPHONE AS EVERYTHING MUST BE IN WRITING (EMAIL). Description of Requirement (See Attachment for Statements of Work): CLIN 1 (Base Year): Mobile Unit Set-Up/ Tear down: Medical Mobile Equipment necessary to perform Medical Surveillance exams at all locations outlined in Performance Work Statement (PWS), to include all labor, material, travel, supervision, and means required to complete the task(s) outlined in the PWS. Base Year- Period of Performance (Projected 1 June 2019- 31 May 2020) _____________ x1 Job _____________ Total _____________ Grand Total CLIN 2: General Exams (Base Year): Non Personal Services in accordance with Performance Work Statement. Base Year- Period of Performance (Projected 1 June 2019- 31 May 2020) _____________ x 1 Job _____________ Total _____________ Grand Total CLIN 3: Contract Manning Report (Base Year): Non Personal Services in accordance with Performance Work Statement. Base Year- Period of Performance (Projected 1 June 2019- 31 May 2020) _____________ x 1 Job _____________ Total _____________ Grand Total CLIN 4 (Option Year 1) :Mobile Unit Set-Up/ Tear down: Medical Mobile Equipment necessary to perform Medical Surveillance exams at all locations outlined in Performance Work Statement (PWS), to include all labor, material, travel, supervision, and means required to complete the task(s) outlined in the PWS. Option Year 1- Period of Performance (Projected 1 June 2020- 31 May 2021) _____________ x1 Job _____________ Total _____________ Grand Total CLIN 5: General Exams (Option Year 1 ): Non Personal Services in accordance with Performance Work Statement. Option Year 1- Period of Performance (Projected 1 June 2020- 31 May 2021) _____________ x 1 Job _____________ Total _____________ Grand Total CLIN 6: Contract Manning Report (Option Year 1): Non Personal Services in accordance with Performance Work Statement. Option Year 1- Period of Performance (Projected 1 June 2019- 31 May 2020) _____________ x 1 Job _____________ Total _____________ Grand Total CLIN 7 (Option Year 2): Mobile Unit Set-Up/ Tear down: Medical Mobile Equipment necessary to perform Medical Surveillance exams at all locations outlined in Performance Work Statement (PWS), to include all labor, material, travel, supervision, and means required to complete the task(s) outlined in the PWS. Option Year 2- Period of Performance (Projected 1 June 2021- 31 May 2022) _____________ x1 Job _____________ Total _____________ Grand Total CLIN 8: General Exams (Option Year 2): Non Personal Services in accordance with Performance Work Statement. Option Year 2- Period of Performance (Projected 1 June 2021- 31 May 2022) _____________ x 1 Job _____________ Total _____________ Grand Total CLIN 9: Contract Manning Report (Option Year 2): Non Personal Services in accordance with Performance Work Statement. Option Year 2- Period of Performance (Projected 1 June 2019- 31 May 2020) _____________ x 1 Job _____________ Total _____________ Grand Total CLIN 10 (Option Year 3) :Mobile Unit Set-Up/ Tear down: Medical Mobile Equipment necessary to perform Medical Surveillance exams at all locations outlined in Performance Work Statement (PWS), to include all labor, material, travel, supervision, and means required to complete the task(s) outlined in the PWS. Option Year 3- Period of Performance (Projected 1 June 2022- 31 May 2023) _____________ x1 Job _____________ Total _____________ Grand Total CLIN 11: General Exams (Option Year 3) : Non Personal Services in accordance with Performance Work Statement. Option Year 3- Period of Performance (Projected 1 June 2022- 31 May 2023) _____________ x 1 Job _____________ Total _____________ Grand Total CLIN 12: Contract Manning Report (Option Year 3): Non Personal Services in accordance with Performance Work Statement. Base Year- Period of Performance (Projected 1 June 2019- 31 May 2020) _____________ x 1 Job _____________ Total _____________ Grand Total CLIN 13 (Option Year 4): Mobile Unit Set-Up/ Tear down: Medical Mobile Equipment necessary to perform Medical Surveillance exams at all locations outlined in Performance Work Statement (PWS), to include all labor, material, travel, supervision, and means required to complete the task(s) outlined in the PWS. Option Year 3- Period of Performance (Projected 1 June 2022- 31 May 2023) _____________ x1 Job _____________ Total _____________ Grand Total CLIN 14: General Exams (Option Year 4): Non Personal Services in accordance with Performance Work Statement. Option Year 3- Period of Performance (Projected 1 June 2022- 31 May 2023) _____________ x 1 Job _____________ Total _____________ Grand Total CLIN 15: Contract Manning Report (Option Year 4) : Non Personal Services in accordance with Performance Work Statement. Base Year- Period of Performance (Projected 1 June 2019- 31 May 2020) _____________ x 1 Job _____________ Total _____________ Grand Total _____________ Grand Total Extended Description Please see performance work statement for additional details. PROVISIONS AND CLAUSES Clauses may be accessed electronically in full text through http://farsite.hill.af.mil. FAC 2019-01, DATED: 20 DEC 2018. Contractors must be actively registered with the Central Contractor Registration (CCR) at http://www.ccr.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil, and at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. FAR 52.204-7, System for Award Management Registration FAR 52.204-9, Personal Identity Verification of Contractor Personnel FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.204-16, Commercial and Government Entity Code Maintenance FAR 52.211-6, Brand Name or Equal (IF APPLICABLE) FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items "all or none" is the evaluation criteria. This is a best value decision. FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov FAR 52.212-4, Contract Terms and Condition-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply FAR 52.219-6, Notice of Total Small Business Set-Aside FAR 52.219-28, Post Award Small Business 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 52.222-36, Affirmative Action for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.223-5, Pollution Prevention and Right to Know Information FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.232-39, Unenforceability of Unauthorized Obligations FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors FAR 52.233-3, Protest after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.237-1, Site Visit FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation FAR 52.252-2, Clauses Incorporated by Reference - SEE http://farsite.hill.af.mil DFARS 252.201-7000, Contracting Officer's Representative DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls. DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting. DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law DFARS 252.211-7003 Item Unique Identification and Valuation. DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials DFARS 252.225-7000, Buy American Act-Balance of Payments Program Certificate DFARS 252.225-7001, Buy American Act and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award) DFARS 252.232-7010, Levies on Contract Payments DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel DFARS 252.244-7000, Subcontracts for Commercial Items DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea-Alt III Submission of Invoices In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests. SECTION A- SUPPLEMENTAL INFORMATION Buyer Name: Chris Martin Buyer Office Symbol/email: USPFO-WA/ Christopher.e.martin6.mil@mail.mil Type of Contract 1: Single Award; Indefinite Quantity Indefinite Delivery (IDIQ) Type of Contract 2: Firm Fixed Price Task Orders Type of contract: Non Personal Services; Service Contract. Questions Due Date: 15 May 2019 Answer provided by: 25 May 2019 Quote/Proposal due date: 01 June 2019 1. Background: The Performance Work Statement (PWS) supports the Washington Army National Guard (WAARNG) in order to monitor the health of approximately 90 technicians exposed to workplace hazards through technician Occupational Medical Surveillance Examinations. The physicals will be given to technicians working in aviation and ground heavy equipment maintenance, mechanics, painters, welders, and any other employees exposed to workplace hazards. The Technician Occupational Medical Surveillance Examination is a statutory OSHA and Department of Defense requirement. a. This solicitation will result in a single award, IDIQ contract. The IDIQ period of performance will be a base year with four option years. b. The estimated cumulative contract maximum for all Task Orders for the base and option years will be $200,000.00 2. The Government will evaluate proposals using the process outlined below. (Please see evaluation criteria). a. The USPFO-WA will execute a no-cost IDIQ to an offeror whose proposal in response to solicitation W912K3-19-R-0001 is found to evaluation and represents the best value to the gov't. 1. Pricing information will be required from each prospective vendor. 2. Technical and Past performance factors will be required for each prospective vendor. 3. Past Performance and technical are equal in weight, but when combined are approximately equal to cost or price. 4. This solicitation includes provisions and clauses that will apply to future Task Orders (TO) requirements as they are applicable. The TOR will provide all required provisions and clauses applicable to that specific requirement. The clauses listed in the IDIQ are listed as potential clauses for the TO contracts. No requirements are awarded with execution of an IDIQ. 5. Only the contracting officer is authorized to execute and modify the IDIQ resulting from this solicitation. 3.Submission requirements. a. These instructions prescribe the format of proposals, and describe the approach for the development and presentation of the proposal data. They are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of proposals. Carefully review this section prior to commencing proposal preparation. In order for proposals to receive full consideration for award, offerors should ensure that the information furnished in support of the proposal is factual, accurate, and complete. b. Each offeror's proposal shall be submitted as set forth below and all information shall be confined to the appropriate part to facilitate independent evaluation. Proposals which do not follow these guidelines or which do not include the requested minimum information may be eliminated from further consideration for award. The overall proposal shall consist of three (3) physically separated and detachable parts. 1. PART I - Price Proposal 2. PART II - Technical Proposal 3. PART III - Past Performance Proposal c. All pages of each proposal shall be appropriately numbered and identified with the solicitation number. d. All proposal responses to RFQ will be digital and sent via email to Christopher.e.martin6.mil@mail.mil e. All proposal responses to RFQ will be limited to 15 pages or less. 4.Task Order Administration a. USPFO-WA will issue TOR's for specific Occupational Health Exams within the defined ordering period of the resulting contract. b. TO's will identify specific requirements c. TO's will be awarded and administered by USPFO-WA. d. Requirements in the PWS apply to all contractors teams, it's the prime contractor's responsibility to ensure all contractors and sub-contractors teams meet specific requirements. 2.The sole point of contact for this solicitation are: Chris Martin, Administering Contracting Specialist, Washington Army National Guard, Camp Murray, WA. Email: Christopher.e.martin6.mil@mail.mil All communication will take place via email, vendors who communicate outside of this will be re-directed to send an email to both POC's enumerated above. Task Orders (TO): The period of performance, deliverables, and quantiles for the task areas ordered will be specified in each TO that is awarded. The tentative period of performance and option years for this contract is as follows: Base Year: 30 June 2019 to 29 June 2020 Option Year 1: 30 June 2020 to 29 June 2021 Option Year 2: 30 June 2021 to 29 June 2022 Option Year 3: 30 June 2022 to 29 June 2023 Option Year 4: 30 June 2023 to 29 June 2024 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. (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 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Unique entity identifier. (Applies to all offers exceeding $3,500, and offers of $3,500 or less if the solicitation requires the Contractor to be registered in the System for Award Management (SAM).) The Offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "Unique Entity Identifier" followed by the unique entity identifier that identifies the Offeror's name and address. The Offeror also shall enter its Electronic Funds Transfer (EFT) indicator, if applicable. The EFT indicator is a four-character suffix to the unique entity identifier. The suffix is assigned at the discretion of the Offeror to establish additional SAM records for identifying alternative EFT accounts (see subpart 32.11) for the same entity. If the Offeror does not have a unique entity identifier, it should contact the entity designated at www.sam.gov for unique entity identifier establishment directly to obtain one. The Offeror should indicate that it is an offeror for a Government contract when contacting the entity designated at www.sam.gov for establishing the unique entity identifier. Class Deviation 2018-O0018-Micro-Purchase Threshold, Simplified Acquisition Threshold, and Special Emergency Procurement Authority. Effective August 31, 2018. This deviation remains in effect until it is incorporated into the FAR or DFARS, or otherwise rescinded (j) Unique entity identifier. (Applies to all offers exceeding the micro-purchase threshold and offers at any dollar value if the solicitation requires the Contractor to be registered in the System for Award Management (SAM) database.) * * * (k) Reserved. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. Evaluation -- Commercial Items (Oct 2014) Technical and past performance, when combined, are approximately equal to cost or price (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 (b)Technical capability of the item offered to meet the Government requirement; Each offeror's technical proposal will be evaluated to determine if the offeror provides a sound, compliant approach that meets the requirements of the Performance Work Statement (PWS) and demonstrates a thorough knowledge and understanding of those requirements and their associated risks. Proposals that merely offer to provide the service in accordance with the PWS will be considered technically unacceptable and will not be considered further. 1. Sub-factor 1: Capability and Experience providing Army Occupational Exam Services: The proposal demonstrates, in sufficient detail, through the discussion of knowledge and experience, an adequate understanding of the requirements of the Washington National Guard and the capability to provide quality timely services. The proposal demonstrates an understanding of the requirements as outlined in the PWS, and provides a definitive proposal to achieve the end results that are set forth in the requirements. The proposal clearly demonstrates an ability to perform all task requirements within the proposed Schedule at locations throughout Washington. 2. Sub-factor 2: Experience and Knowledge of Army Occupational Health Regulations and Policies: The proposal demonstrates in sufficient detail that providers have a working knowledge of Army Occupational Health regulations and policies. Providers have the knowledge to properly classify a soldier and correctly annotate military forms. Contractor also needs to demonstrate knowledge of DOEHRS entry. The proposal clearly demonstrates an ability to perform all task requirements within the proposed Schedule at locations throughout Washington. 3. Sub-factor 3: Management Plan: The offeror's methodology and approach demonstrates a highly effective plan to manage events to include events at multiple locations and minimize any negative affect to the Government. The proposal includes methodology for staffing and adequate supervision of personnel. The proposal includes a list of key personnel on staff, who will be involved in the administration and oversight of these contracts. Proposal adequately discusses the key personnel and, at a minimum, the key categories of Contract Manager and Quality Control Manager. The proposal demonstrates the proposed personnel are capable and experienced. The proposal clearly demonstrates an ability to perform all task requirements within the proposed Schedule at locations throughout Washington. (c) Price:The price proposal shall initially be reviewed for compliance with the RFP. The Contracting Officer may ...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »