The RFP Database
New business relationships start here

Hospital Chaplain Services


California, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

Combined Synopsis/Solicitation
Solicitation Number: N68094-15-T-1040
Purchase Description:

This is a Combined Synopsis/Solicitation for the purchase of Commercial Items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This notice/announcement provides intent to award "Sole Source" procurement.


The Navy Hospital Camp Pendleton (NHCP), Material Management Department, Contracting Division is issuing this combined synopsis/solicitation, reference solicitation number N68094-15-T-1040, as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is , "813110", with a small business standard of "500".


The Government intends to award a Firm Fixed-Price Commercial Sole Source Award to contractor "WINGS OF GRACE, INC.". The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-82 effective May 7, 2015 and Defense Federal Acquisition Regulation Supplement DPN 20150626 effective June 26, 2015.


DESCRIPTION: All CLIN's F.O.B. Destination..


CLIN 0001:
Hospital Chaplain Services as described in the Statement of Work
Quantity Unit of Issue Unit Price Extended Price
144 EA tiny_mce_marker______________ tiny_mce_marker___________________



MANUFACTURER: N/A
PART/ITEM NUMBER: N/A


Place of Delivery:
NAVAL HOSPITAL CAMP PENDLETON
PASTORAL CARE
BLDG H-200
CAMP PENDLETON CA 92055
760-725-1223


Contractors may submit a capability statement, proposal, or quotation which shall be considered by the contracting officer whether to continue with the sole source procurement or to provide for competition. Responses/quotes MUST be received no later than 23 July, 2015, 10:00AM (Pacific Daylight Time). Forward responses by e-mail to timothy.a.daniels18.civ@mail.mil or fax to 760-725-1485. Due to technical issues, please allow additional time if you're using electronic means.


Upon receipt of responses the contracting officer may determine to compete the requirement for which a separate solicitation would be posted to Federal Business Opportunities (FBO) web-site as a "Total 100% Small Business Set-Aside" for a period of 15 calendar days using the evaluation criteria below.


Offerors must ensure that their company is registered with System for Award Management (SAM) prior to award. For information refer to: https://www.sam.gov/portal/public/SAM/


APPLICABLE FAR CLAUSES:
(1) FAR 52.212-1 (Instructions to Offerors - Commercial Items) (Apr 2014):
(2) FAR 52.212-2: Evaluation - Commercial Items (Oct 2014): Award will be made to the contractor who is deemed responsible in accordance with
the Federal Acquisition Regulation (FAR) and whose offer is most advantageous to the Government. Evaluation of offers will be made in accordance with FAR Part 12.602, Streamlined Evaluation of Offers, using the following three (3) factors:
(a) Technical Capability: Offer that is most advantageous based on the description provided for each CLIN/Item in the solicitation.
(b) Price: No additional information from the offeror will be required if the price is based on adequate price competition. In the event adequate price competition does not exist, the contracting officer will obtain information from the offeror to the extent required to determine the reasonableness of the offered prices.
(c) Past Performance: Will be evaluated as Acceptable or Unacceptable based on past performance information obtained from any other sources available to the Government, to include, but not limited to, the Past Performance Information Retrieval System (PPIRS). In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror will not be evaluated favorably or unfavorably on past performance.


Past Performance Evaluation Ratings
Rating Description
Acceptable Based on the offeror's performance record, the
Government has a reasonable expectation that the offeror will successfully perform the required effort, or the offeror's performance record is unknown.
Unacceptable Based on the offeror's performance record, the
Government has no reasonable expectation that the offeror will be able to successfully perform the required effort.
Technical and past performance, when combined, are approximately equal to cost or price.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(3) FAR 52.212-4 (Contract Terms and Conditions - Commercial Items) (May 2015)
(4) 52.212-5: Contract Terms and Conditions Required To Implement Statutes Or Executive Orders-Commercial Items
(DEVIATION 2013-O0019) (Jul 2014)
(5) 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://farsite.hill.af.mil/VFFARa.htm
http://farsite.hill.af.mil/VFDFARa.htm
(End of Provision)


FAR 52.252-2: CLAUSES INCORPORATED BY REFERENCE (Feb 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(s):
http://farsite.hill.af.mil/VFFARa.htm
http://farsite.hill.af.mil/VFDFARa.htm
(End of clause)



OTHER CLAUSES, TERMS, AND CONDITIONS:


252.203-7998--PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS-REPRESENTATION (DEVIATION 2015-O0010) (FEB 2015)


(a) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution
Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.


(b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.


(c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.
(End of provision)


252.203-7999--PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS (DEVIATION 2015-O0010) (FEB 2015)


(a) The Contractor shall not require employees or subcontractors seeking to report fraud, waste, or abuse to sign or comply with internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or contactors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such
information.


(b) The Contractor shall notify employees that the prohibitions and restrictions of any internal confidentiality
agreements covered by this clause are no longer in effect.


(c) The prohibition in paragraph (a) of this clause does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information.


(d)(1) In accordance with section 743 of Division E, Title VIII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Pub. L. 113-235), use of funds appropriated (or otherwise made available) under that or any other Act may be prohibited, if the Government determines that the Contractor is not in compliance with the provisions of this clause.


(2) The Government may seek any available remedies in the event the Contractor fails to perform in accordance with the terms and conditions of the contract as a result of Government action under this clause.
(End of clause)



INVOICING INSTRUCTIONS:
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)


(a) Definitions. As used in this clause--


"Department of Defense Activity Address Code (DoDAAC)" is a six position code that uniquely identifies a unit, activity, or organization.


"Document type" means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).


"Local processing office (LPO)" is the office responsible for payment certification when payment certification is done external to the entitlement system.


(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.


(c) WAWF access. To access WAWF, the Contractor shall--


(1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and


(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site.


(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/.


(e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol.


(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:


(1) Document type. The Contractor shall use the following document type(s).


2 IN 1 SERVICES ONLY
-----------------------------------------------------------------------


(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.


NOT APPLICABLE
-----------------------------------------------------------------------


(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.


Routing Data Table*


Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC HQ0248
Issue By DoDAAC N68094
Admin DoDAAC N68094
Inspect By DoDAAC N/A
Ship To Code N68094
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) N/A
Service Acceptor (DoDAAC) N/A
Accept at Other DoDAAC N/A
LPO DoDAAC N68094
DCAA Auditor DoDAAC N/A
Other DoDAAC(s) N/A


(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.


(5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system.


WAWF Acceptor/COR Email Address: xxxxx@med.navy.mil
-----------------------------------------------------------------------


(g) WAWF point of contact.


(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact.


wawf@med.navy.mil
-----------------------------------------------------------------------


(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.


(End of clause)


 


 


 


Timothy A. Daniels, Phone 7607251425, Email timothy.daniels@med.navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP