Preventative Medical Services
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 announce... 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 is being issued as a request for quotation (RFQ) and constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2019-01. This combined synopsis/solicitation is being issued as a cascading small business set-aside. If no acceptable Small Business quotes are received, then other than Small Business responses will be considered. North American Industrial Classification Standard 713940 applies to this solicitation; business size standard is $7.5m. The Minnesota Air National Guard has a requirement for health services to support approximately 40 individuals. See Performance Work Statement (PWS). Background: The FY19 Air Force Budget includes appropriations for a program called Optimizing the Human Weapon System (OHWS). This program is a pre-habilitative program designed to address neck and spine issues in the fighter aircrew community. The program is designed to give fighter pilots the tools and access to professional strength and conditioning coaches, physical therapists and athletic trainers, to prevent future injury and increase quality of life. This program is being designed to serve a diverse group of approximately 40 individuals who work both full and part time for the 148FW. Hours of availability may vary widely, as members sometimes work nights and weekends or are remotely located (e.g. they live in the Minneapolis area). Program intent: The intent of this program is to best facilitate a pre-habilitative program for all eligible members of the 148FW maintaining flexibility for individual schedules while working within the budget specifications plus maintaining an opportunity for future program growth. Vendors/Contractors are encouraged to use innovation, incorporate best commercial practices, propose their own visions, offer their own payment and line item structure, and not feel constrained by any non-price limitation in this solicitation. The overall intent of this program is of primary importance: building a workable plan to provide pre-habilitative services to a mixture of full time and part time members. Preparing and Submitting your Quote: Vendors are encouraged to provide a detailed plan which outlines the vendor's capabilities that are being offered. Include sample schedules and sample agendas for appointments. Include information about credentials, facilities, hours of availability, flexibility in scheduling, training equipment availability, and any other feature which would give a competitive edge. Sample Contract Line Item Number (CLIN) structure: CLIN0001: Initial program year, $6565.00 per month, 12 Months CLIN0002: Manpower reporting, $100, 12 Months CLIN1001: Continuation year, $6565.00 per month, 12 Months CLIN1002: Expansion program year (to be executed in conjunction with CLIN1001), $6665.00 per month, 12 Months CLIN1003: Manpower reporting, $100, 12 Months Response is encouraged to include past performance information: other military, commercial, and civilian companies with whom you have done business. All questions and quotes must be directed to 148 Contracting Officer via email at usaf.mn.148-fw.list.msc-personnel@mail.mil. Questions asked within 1 week of solicitation close will be answered at the discretion of the Contracting Officer. Please make quotes good for 30 days, if possible. Emailed quotes are preferred. Late quotes may be rejected at the Contracting Officer's discretion. Evaluation: Pricing: This program has a fixed budget of $80,000 for the initial year. Each vendor will craft the best program that they can facilitate at the budgeted price. They will also quote the same program price to be included as an option year. Because this program is anticipated to expand, the vendor will also provide a quote that details the program that they can facilitate at double the base year budget. The Government plans to award a contract resulting from this solicitation to the offer conforming to the solicitation which will be most advantageous to the Government. Quotes will be evaluated using price, technical, and past performance. Technical evaluation will consist of rating quotes by how well they conform to the intent of this solicitation. Vendors with greater flexibility, capability, and ease of use will be rated higher. Commercial customer reviews will be consulted to verify the quality of what is being quoted. For the base program year, the focus is physical training which should be included in the base year quote. If any vendor wishes to quote a plan in which each individual is assigned one of the four areas of concern upon initial evaluation, the 148FW is also open to this system as well. All solicitation specifications are not absolute and the 148FW will consider innovative solutions to this requirement. Quotes may be comparatively evaluated in compliance with FAR 13.106-2 (b) (3). It is anticipated that the government will open discussions to refine quotes with the highest rated vendors. If minor modifications need to be made to the highest rated quote, the government does not plan on re-soliciting. Vendors are encouraged to submit multiple quotes or options for program implementation. Each quote or option will be evaluated as a separate quote (e.g. base year covers physical training / strength training, and option year can be base + athletic training OR base + massage therapy). GOVERNMENT INTENDS TO ISSUE ONE (1) CONTRACT BUT RESERVES THE RIGHT TO CONSIDER PARTIAL OR MULTIPLE AWARDS. If not already registered in SAM, go to WWW.SAM.GOV to register prior to submitting quote. Your company much have an active status in SAM.gov within 2 weeks of notification of potential award. Vendors should begin the SAM.gov registration process immediately. Electronic Documents: All electronic documents must NOT be "secured", "locked", or otherwise inaccessible. Submitter risks rejection if documents prove inhospitable to viewing and evaluation. Utilize standard Microsoft or Adobe formats, and net file size of all documents should be less than 10MB. Manpower Reporting: "The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract via a secure data collection site. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.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. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year, beginning with 2013. Contractors may direct questions to the help desk at help desk at: http://www.ecmra.mill." The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference: Clauses: FAR 52.202-1, Definitions (Nov 2013); FAR 52.203-5, Covenant Against Contingent Fees (May 14); FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); FAR 52.203-7, Anti-Kickback Procedures (May 2014); FAR 52.204-7, System for Award Management (Oct 2016); FAR 52.204-13, System for Award Management Maintenance (Oct 2016); 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016); FAR 52.204-19, Incorporation by Reference of Representations and Certifications (Dec 2014); FAR 52.209-10, Prohibition on Contracting With Inverted Domestic Corporations (Nov 2015); FAR 52.211-6, Brand Name or Equal (Aug 1999); FAR 52.212?1, Instructions to Offerors-Commercial Items (Aug 2018); FAR 52.212?2, Evaluation-Commercial Items (Oct 2014); FAR 52.212?3 Alternate I, Offeror Representations and Certifications-Commercial Items (Aug 2018); FAR 52.212?4, Contract Terms and Conditions-Commercial Items (Jan 2017); FAR 52.212-5 DEV, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2018); FAR 52.219?6, Notice of Total Small Business Set-Aside (Nov 2011); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018); FAR 52.222?21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222?50, Combating Trafficking in Persons (Mar 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011); FAR 52.225?13, Restrictions on Certain Foreign Purchases (Jun 2008); FAR 52.225-18, Place of Manufacture (Aug 2018); FAR 52.232-1, Payments (Apr 1984); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013); 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?3, Protest After Award (Aug 1996); FAR 52.233?4, Applicable Law for Breach of Contract Claim (Oct 2004); FAR 52.243-1, Changes - Fixed Price (Aug 1987); FAR 52.244-6, Subcontracts for Commercial Items (Aug 2018); FAR 52.252?2, Clauses Incorporated by Reference (Feb 1988); 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 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting (Oct 2016); DFARS 252.204-7015, Notice of Authorized Disclosure of Information for Litigation Support (May 2016); DFARS 252.211-7003, Item Unique Identification and Valuation (Mar 2016); DFARS 252.211-7008, Use of Government-Assigned Serial Numbers (Sep 2010); DFARS 252.225-7001, Buy American and Balance of Payments Program (Dec 2017); 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 (Dec 2018); DFARS 252.232?7010, Levies on Contract Payments (Dec 2006); DFARS 252.247?7023, Transportation of Supplies by Sea (Apr 2014). Provisions: FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999); 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2018). 52.222-25 Affirmative Action Compliance (Apr 1984); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications (Aug 2018); FAR 52.233-2, Service of Protest (Sep 2006); FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998); 252.204-7007 Alternate A, Annual Representations and Certifications (Jan 15); DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (Oct 16); DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Jan 2012); DFARS 252.225-7031, Secondary Arab Boycott of Israel (Jun 2005); Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »