Preventative Medical Services

expired opportunity(Expired)
From: Federal Government(Federal)
W50S7F20Q0015

Basic Details

started - 03 Apr, 2020 (about 4 years ago)

Start Date

03 Apr, 2020 (about 4 years ago)
due - 20 Apr, 2020 (about 4 years ago)

Due Date

20 Apr, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
W50S7F20Q0015

Identifier

W50S7F20Q0015
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (704745)DEPT OF THE ARMY (132504)NGB (17414)W7NG USPFO ACTIVITY MN ARNG (363)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (4)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Mod 1: Added site visit date information, 31 March.Mod 2: Added question answers.Mod 3: Added missing clauses. Postponed site visit date due to national circumstances. Extended solicitation.Mod 4: Adding in the ad hoc site visit information. Posted Site Visit notes. Changed space plan.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 2020-02. 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. This solicitation is being issued per FAR 13.5.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. The government is seeking services located on-site, and will be offering approximately 18’x18’ square feet of office space (with an optional 8’x18’ overflow space at the discretion of the government after evaluation of contractor’s plan as to how to utilize both spaces). The government intends to use a common access workout room in conjunction with this contract, to be stocked with Contractor provided but government owned equipment.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. 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 limitation in this solicitation. The overall intent of this program is of primary importance: building a workable plan to provide on-location, ad hoc, 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. Vendors need to provide a plan on how they intent to utilize available primary office space (18’x18’, stocked with vendor owned equipment) with an optional plan on how they intend to utilize available secondary office space (8’x18’, stocked with vendor owned equipment) and which overflow equipment they wish for the government to stock in the common-access workout room (government-owned equipment). The government will treat the option to include secondary space as a second quote.Sample Contract Line Item Number (CLIN) structure:CLIN0001: Initial program year, price per month, 12 MonthsCLIN0002 (option): Equipment to be purchased on Contract for government ownership (for use in common-access workout room). [This line item is optional to be quoted but list any equipment you foresee using that is not projected for use in primary provided space]CLIN0003: Manpower reporting, 1 JobCLIN1001 (option year 1): Continuation year, price per month, 12 MonthsCLIN1002 (option year 1): Manpower reporting, 1 JobCLIN2001 (option year 2): Continuation year, price per month, 12 MonthsCLIN2002 (option year 2): Manpower reporting, 1 JobResponse 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: Break out each severable line item with an individual price. The government will evaluate inclusive of options [excluding CLIN0002] and after evaluations are complete, the government will make a separate evaluation on CLIN0002 to determine price reasonability and if it is in the best interest of the government to award that option.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. Technical evaluation will focus on full-time, on-location, physical therapy and massage therapy. Additional capacity to service Strength Conditioning and Athletic Training will be secondary concerns.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.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.”Site Visit:The Site Visit on 31 Mar is being postponed. Ad Hoc Site Visits are being entertained based on base entry restrictions on the proposed dates. See site visit MFR.For access to base please fill out attached form (148FW 66). Submit one form per attendee to the Contracting Officer, electronically.Provision by reference: FAR 52.237-1 Site Visit (APR 1984)The selected Offeror must comply with the following Provisions and Clauses, which are incorporated herein by reference:52.203-3 Gratuities APR 198452.203-6 Restrictions On Subcontractor Sales To The Government SEP 200652.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards Oct-1852.204-18 Commercial and Government Entity Code Maintenance Jul-1652.204-19 Incorporation by Reference of Representations and Certifications. Dec-1452.204-23 Prohibition on Contracting for Hardware, Software, and Services… Jul-1852.209-6 Protecting the Government's Interest When… Oct-1552.212-4 Contract Terms and Conditions--Commercial Items Oct-1852.212-5 Contract Terms and Conditions Required to Implement Statutes… Aug-1952.212-5 (Dev) Contract Terms and Conditions… (Deviation 2018-O0021) Aug-1952.219-28 Post-Award Small Business Program Rerepresentation Jul-1352.222-19 Child Labor -- Cooperation with Authorities and Remedies Jan-1852.222-21 Prohibition Of Segregated Facilities Apr-1552.222-26 Equal Opportunity Sep-1652.222-36 Equal Opportunity for Workers with Disabilities Jul-1452.222-50 Combating Trafficking in Persons Jan-1952.223-5 Pollution Prevention and Right-to-Know Information May-1152.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons. Jun-1652.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving Aug-1152.225-13 Restrictions on Certain Foreign Purchases Jun-0852.232-39 Unenforceability of Unauthorized Obligations Jun-1352.232-40 Providing Accelerated Payments to Small Business Subcontractors Dec-1352.237-2 Protection Of Government Buildings, Equipment, And Vegetation Apr-8452.252-2 CLAUSES INCORPORATED BY REFERENCE FEB-9852.252-6 Authorized Deviations In Clauses Apr-84252.203-7000 Requirements Relating to Compensation of Former DoD Officials Sep-11252.203-7001 Prohibition On Persons Convicted of Fraud… Dec-2008252.203-7002 Requirement to Inform Employees of Whistleblower Rights Sep-13252.203-7005 Representation Relating to Compensation of Former DoD Officials Nov-11252.204-7003 Control Of Government Personnel Work Product APR 1992252.204-7006 Billing Instructions OCT 2005252.204-7008 Compliance With Safeguarding Covered Defense Information Controls Oct-16252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting Oct-16252.204-7015 Notice of Authorized Disclosure of Information for Litigation Support May-16252.204-7018 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services, Dec-19252.211-7003 Item Unique Identification and Valuation Mar-16252.223-7006 Prohibition On Storage, Treatment, and Disposal of Toxic or Hazardous… Sep-2014252.223-7008 Prohibition of Hexavalent Chromium JUN 2013252.225-7000 Buy American--Balance Of Payments Program Certificate-- Basic (Nov 2014) Nov-14252.225-7002 Qualifying Country Sources As Subcontractors DEC 2017252.225-7036 Buy American--Free Trade Agreements--Balance of Payments Program--Basic Dec-17252.225-7048 Export-Controlled Items Jun-13252.232-7003 Electronic Submission of Payment Requests and Receiving Reports Dec-18252.232-7006  WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS  Dec-18252.232-7010 Levies on Contract Payments Dec-06252.237-7010 Prohibition on Interrogation of Detainees by Contractor Jun-13252.243-7001 Pricing Of Contract Modifications DEC 1991252.244-7000 Subcontracts for Commercial Items JUN 2013252.247-7023 Transportation of Supplies by Sea FEB 201952.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans52.222-37, Employment Reports on Veterans52.242-13 Bankruptcy JUL 1995252.209-7004 Subcontracting With Firms That… Sponsor of Terrorism May-1952.219-8 Utilization of Small Business Concerns OCT 2018252.243-7002 Requests for Equitable Adjustment DEC 2012Provisions52.203-18  Prohibition on Contracting With Entities That Require Certain Internal Confidentiality Agreements or Statements--Representation  Jan-1752.204-7  System for Award Management  Oct-1852.204-16  Commercial and Government Entity Code Reporting  Jul-1652.204-17  Ownership or Control of Offeror  Jul-1652.204-20  Predecessor of Offeror  Jul-1652.204-22  Alternative Line Item Proposal  Jan-1752.204-24  Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. Dec 201952.204-26  Covered Telecommunications Equipment or Services-Representation. Dec 201952.207-4  Economic Purchase Quantity-Supplies  Aug-8752.209-11  Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law  Feb-1652.223-22  Public Disclosure of Greenhouse Gas Emissions and Reduction Goals -- Representation.  Dec-1652.225-18  Place of Manufacture  Aug-1852.225-25  Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications.  Aug-18252.203-7005  Representation Relating to Compensation of Former DoD Officials  Nov-11252.213-7000  Notice to Prospective Suppliers on Use of Supplier Performance Risk System in Past Performance Evaluations  Mar-18Small Business Set-Aside52.219-6 Notice Of Total Small Business Set-Aside Nov-1152.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law252.204-7016 Covered Defense Telecommunications Equipment or Services-Representation252.204-7017 Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services-Representation Dec-19Services52.222-55 MINIMUM WAGES UNDER EXECUTIVE ORDER 13658 DEC-1552.222-42 Statement of Equivalent Rates for Federal Hires52.222-62 Paid Sick Leave Under Executive Order 13706 Jan-1752.222-41 Service Contract Labor Standards Aug-18Additional Clauses and Provisions52.204-9 Personal Identity Verification of Contractor Personnel Jan-1152.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment Aug-1952.224-1 Privacy Act Notification Apr-8452.224-2 Privacy Act Apr-8452.219-14 Limitations on Subcontracting Jan-17252.204.7000 Disclosure of Information Oct-16Provisions and Clauses for this synopsis/solicitation can be found in full text at https://www.acquisition.gov.

Duluth ,
 MN  55811-6031  USALocation

Place Of Performance : N/A

Country : United States

You may also like

Psychology & Psychiatry Services

Due: 09 May, 2024 (in 21 days)Agency: Military and Veterans Affairs

opens in a new windowEmergency Medical Services

Due: 08 May, 2024 (in 20 days)Agency: Middle Township

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 713940Fitness and Recreational Sports Centers
pscCode M1DBOPERATION OF LABORATORIES AND CLINICS