The RFP Database
New business relationships start here

Medical Surveilance Van-Exams


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

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 the notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Solicitation Number W912J2-19-R-0005 is being issued as a Request for Proposal (RFP). This requirement is 100% set-aside for total small business concerns under North American Industry Classification System (NAICS) code 621498 with a Small Business size standard of $20.5 million dollars. The Wisconsin Army National Guard Contracting office has a requirement for a small business to provide all management, labor, material, equipment, certifications, and supplies necessary to provide all listed services in a HIPAA, Privacy Act, OSHA, and ADA compliant laboratory (see PWS). The Wisconsin Army National Guard anticipates awarding one firm-fixed-price contract for a period of roughly 5 months to begin at the receipt of award. Please review the attached Performance Work Statement. Anticipated start date of mid-April 2019 -30 September 2019. The awarded vendor will have ample time between award and the 1st execution date to be determined by the COR.


BID SCHEDULE: Please use the pricing sheet(Vendor Bid Sheet)  attached to submit your pricing for each item. If the offeror does not submit a pricing sheet with their proposal, the proposal will be considered invalid.


Offers received will be evaluated based on FAR Clause 52.212-2 Evaluation- Commercial Items. The clause will be incorporated into the solicitation and shall read as follows:


(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. Offerors are reminded that the evaluation process is subject despite the use of factors as outlined below. Past Performance and Technical Capability when combined are equal to Price.


1. Past Performance- To demonstrate satisfactory past performance, the Offeror shall provide documentation of satisfactory performance on past or current contracts of a similar type, size, scope, and complexity, performed within the last three (3) years including references, with names and contact information of the references who can verify such past performance. Past performance information of key personnel may be provided if the company has limited or no past performance. 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 be evaluated as neutral on Past Performance, providing the Offeror supplies a certified statement with their offer that no past performance information is available. Neutral past performance is not negatively scored but may have a negative impact in the overall consideration for award. The Government's approach to evaluating past performance is to check the references provided by the contractor to verify satisfactory past performance as well as data obtained from other sources available i.e. government database, past contract files, etc. The Offeror is cautioned that while the Government will consider data from other sources, the burden of demonstrating satisfactory past performance rests with the Offeror. Limit past performance documentation to four pages.


2. Technical Capability- Technical Capability is defined as the ability to perform all performance requirements as listed in the attached PWS, while maintaining quality and timeliness. Provide certifications and equipment calibration documentation per Paragraph 4.1.6 in the attached PWS. Provide pictures and description of the mobile unit that will be used to travel to the various sites and perform the exams.


3. Price- All proposals submitted will be evaluated for Technical Capability, Past Performance, and Price. The Government will issue an award to the Offeror whose proposal is the most advantageous to the Government but not necessarily the lowest price. If all things are equal, the Offeror which is most advantageous to the Government may also be the lowest price determined to be reasonable IAW FAR 12.209. Offerors are encouraged to propose their best price. The Government will evaluate offers for award purposed by adding the total price all Line Items. The resulting contract from this solicitation will be a firm-fixed price contract.


It is not the intent of the Government to enter into negotiations. It is incumbent upon the Offeror to submit sufficient information for the Government to determine satisfactory Past Performance, Technical Capability, and Price reasonableness. Failure to submit sufficient information for the Government to determine Technical Capability, Past Performance, or Price may result in the rejection of your proposal. An award will be made on the basis of the lowest evaluated price (IAW FAR 52.2122-2(b)), of proposals meeting or exceeding the acceptability standards for non-cost factors.


Contractor Manpower Reporting (CMR): The contractor shall report ALL contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for either ARMY collection site per the PWS. The contractor is required to completely fill in all required data fields using the following web address: http://www.ecmra.mil.


Clauses Incorporated by Reference can be found at: http://farsite.hill.af.mil
52.203-3 Gratuities
52.203-6 Restrictions on Subcontractor Sales to the Government
52.204-4 Printed or Copied Double-Sided on Post-consumer Fiber Content Paper
52.204-7 System for Award Management
52.204-9 Personal Identity Verification of Contractor Personnel
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards
52.204-13 System for Award Management Maintenance
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations- Representation
52.209-7 Information Regarding Responsibility Matters
52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations
52.212-1 Instructions to Offerors- Commercial Items
52.212-2 Evaluation- Commercial Items
52.212-3 Alt I Offeror Representations and Certifications- Commercial Items (MAR 2015) Alternate I
52.212-4 Contract Terms and Conditions- Commercial Items
52.217-5 Evaluation of Options
52.217-8 Option to Extend Services
52.219-6 Notice of Total Small Business Set-Aside
52.219-8 Utilization of Small Business Concerns
52.219-14 Limitations on Subcontracting
52.222-3 Convict Labor
52.222-26 Equal Opportunity
52.222-41 Service Contract Labor Standards
52.222-42 Statement of Equivalent Rates for Federal Hires
52.222-50 Combating Trafficking in Persons
52.222-54 Employment Eligibility Verification
52.223-5 Pollution Prevention and Right-to-Know Information
52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
52.228-5 Insurance- Work on a Government Installation
52.233-2 Service of Protest
52.233-3 Protest After Award
52.233-4 Applicable Law for Breach of Contract Claim
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
52.252-2 Clauses Incorporated by Reference
52.252-6 Authorized Deviations in Clauses
252.201-7000 Contracting Officer's Representative
252.203-7000 Requirements Relating to Compensation of Former DoD Officials
252.225-7012 Preference for Certain Domestic Commodities
252.232-7003 Electronic Submission of Payment Requests and Receiving Reports
252.232-7010 Levies on Contract Payments
252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel
252.243-7002 Requests for Equitable Adjustment


If you are not registered in SAM, an award cannot be made to your company. You may register electronically at http://sam.gov. Registering electronically will expedite the registration process.


Proposals are due by 12:00 PM Central Standard Time (CST), March 27th 2019. Proposals will be accepted by email only at curtis.p.clements.mil@mail Faxed proposals will not be accepted. Offerors should check the FedBizOpps website often for new solicitations and/or changes (Amendments).


Responses to this announcement must be complete and include Past Performance, Technical Capability, Preliminary Quality Control Plan IAW paragraph 1.4.1 of the PWS and a pricing sheet attached IAW with the bid schedule listed above.


Questions may be submitted via email only. Questions will not be answered via telephone. Email any questions to curtis.p.clements.mil@mail.mil Questions may be submitted up until 12:00PM (noon) (CST) on March 19th 2019. A Question and Answer document will be provided on March 21st, 2019. It is the interested offeror's responsibility to check FedBizOpps for updated information.


Curtis Clements, Contracting Officer, Email curtis.p.clements.mil@mail.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP