Amendment to Combined Synopsis/Solicitation – Sleep Study Interpretation BPA
Federal Information & News Dispatch, Inc. |
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: Sleep Study Interpretation BPA
Classification Code: Q - Medical services
Solicitation Number: FA8601-14-T-0091
Contact:
Description:
Air Force Materiel Command
AFLCMC/PZIO - WPAFB
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This acquisition will use Simplified Acquisition Methods in accordance with FAR Subpart 13.3. This announcement, with its attachments, constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. Contract financing is NOT provided for in this acquisition. The Government intends to make one (1) award pursuant to this solicitation to the offeror whose offer, conforming to the solicitation requirements, represents the best value to the Government, price and other factors considered. The Government intends to award without discussions and the Government reserves the right to make no award at all depending upon the quality of offers received. Solicitation Number: The solicitation number for this requirement is FA8601-14-T-0091.
Set-Aside: This is a Small Business Set-aside. The applicable North American Industry Classification System (NAICS) Code is 621111 - Offices of Physicians (except
Requirement: The Wright-Patterson Medical Treatment Facility requires Sleep Study Interpretation to be performed by qualified medical professionals. Services are to be provided in accordance with Performance Work Statement dated
The Contracting Officer (CO) has determined that a Pre-Priced Blanket Purchase Agreement (BPA) is the most appropriate method for procuring this requirement. A BPA is a simplified method of filling anticipated repetitive needs for supplies or services by establishing "charge accounts" with qualified sources of supply. Supplies or services are ordered by placing calls against the BPA by personnel authorized by the CO to make such calls. The contractor provides the supplies or performs the services covered under the BPA IAW the BPA Terms of Agreement at the prices on the price list approved by the CO. The contractor submits price lists for the CO's approval, which are valid for a specific period of time (normally one year); i.e.
All prospective awardees are required to register in the System for Award Management (SAM) and to maintain active registration during the life of the contract. SAM can be accessed at https://www.sam.gov. Offerors and contractors may obtain information on registration and annual confirmation requirements by calling 1-888-227-2423, or via the Internet at https://www.sam.gov. Prior to BPA award, your company must be registered with SAM.
All Contractors must also have a DUNS number. The DUNS number is a nine-digit number assigned by Dun and Bradstreet Information Services. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. A DUNS number will be provided immediately by telephone at no charge to the offeror. For information on obtaining a DUNS number, the offeror, if located within
(1) Company name. (2) Company address. (3) Company telephone number. (4) Line of business. (5) Chief executive officer/key manager. (6) Date the company was started. (7) Number of people employed by the company. (8) Company affiliation.
Provisions and Clauses: Applicable provisions and clauses are incorporated in the attached solicitation document located at Attachment 2.
Federal Acquisition Regulation (FAR) provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-74, Effective
Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are those in effect through DFARS Publication Notice (DPN) 20140528, Effective
Air Force Federal Acquisition Regulation Supplement (AFFARS) provisions and clauses are those in effect through Air Force Acquisition Circular (AFAC) 2014-0421, Effective
Specific Instructions for Submission of Offers in Addition to those in FAR 52.212-1-Instructions to Offerors-Commercial Items:
1. Offerors must submit a price list that reflects firm-fixed prices per occurrence for the following services specified in the Performance Work Statement (PWS) dated
ITEM 0001 - Interpretation of Diagnostic and Therapeutic Polysomnography (PSG).
ITEM 0002 - Interpretation of Diagnostic and Therapeutic Continuous Positive Airway Pressure (CPAP) titrations.
ITEM 0003 - Interpretation of Diagnostic and Therapeutic Maintenance of Wakefulness Tests (MWT).
ITEM 0004 - Interpretation of Diagnostic and Therapeutic Multiple Sleep Latency Tests (MSLT).
ITEM 0005 - Interpretation of Diagnostic and Therapeutic Actigraphy.
The price of an individual call for ITEM 0001, 0002, 0003, 0004, or 0005 shall not exceed
The price list must also include:
1) Offeror's name, address, voice phone number, and tax identification number (TIN) 2) Point of contact's name, voice phone number, fax number, and email address 3) Price list number, date, and effective period - normally a minimum of one year 4) Item number for the services described above and the associated price for each service
2. Offerors must complete and submit with their price list FAR 52.212-3-Offeror Representations and Certifications-Commercial Items with its Alternate I, located at Attachment 2. Offerors must also complete and submit DFARS 252.209-7993 Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law-Fiscal Year 2014 Appropriations. If the offeror has not completed the DFARS 252.209-7993 online, the offeror shall complete and return a copy of the provision with its offer.
3. Separate from the price list, submit documentation of your company's capability to perform the services called for in the PWS to the standards specified therein. For each physician the offeror proposes to use to perform services called for in the PWS, submit copies of Board Certifications in Sleep Medicine from the
4. Submit the evidence of insurability concerning the medical liability insurance required by paragraph (a) of solicitation clause 52.237-7 -
Evaluation: The evaluation factors for this solicitation are Technical and Price. Technical is approximately equal to Price.
Technical: The Government will review the documentation provided by the offeror and make an assessment of the offeror's ability to perform the services called for in the PWS to the standards specified therein. Notwithstanding any other documentation provided by the offeror, failure to provide the requisite certifications may render an offer ineligible for or award. In addition the Government will review the evidence of insurability concerning the medical liability insurance required by paragraph (a) of solicitation clause 52.237-7-
Price: The Government will evaluate the proposed price of each service, ITEM 0001, ITEM 0002, ITEM 0003, ITEM 0004, and ITEM 0005 to determine if prices conform to the "Specific Instructions to Offerors" above. The total evaluated price (TEP) of an offer will be the sum of the prices of ITEMs 0001, 0002, 0003, 0004, and 0005. An offeror will be unawardable if prices are not submitted IAW the "Specific Instructions to Offerors" above, if the TEP is determined not be fair and reasonable or if the price of any item is determined to be not fair and reasonable.
Award: Award will be made to the offeror whose offer conforms to the solicitation; demonstrates that the offeror is capable of performing the services called for in the PWS to the standards specified therein; includes evidence of insurability IAW solicitation clauses 52.237-7; and proposes prices that conform to the "Specific Instructions to Offerors," are determined to be fair and reasonable, and represent the best overall value to the Government.
Consent to RFP Terms and Conditions: Submission of offers in response to this solicitation constitutes assent by the offeror to all of its terms and conditions including its attachments, which, with the exception of provisions, will be incorporated into the resulting BPA.
Due Date and Point of contact: Questions in response to this announcement must be received in writing and e-mailed to [email protected] no later than
E-mail proposals to [email protected] or send hard copies to:
AFLCMC/PZIOA Attn:
Be advised that all e-mail correspondence related to this RFP shall contain a subject line that reads "FA8601-14-T-0091, Sleep Study Interpretation."ote that e-mail filters at Wright-Patterson are designed to filter e-mails without subject lines or with suspicious subject lines or contents (i.e., .exe or .zip files). Therefore, if this subject line is not included, the e-mail may not get through the e-mail filters. Also be advised that .zip or .exe files are not allowable attachments and may be deleted by the e-mail filters at Wright-Patterson. If sending attachments with e-mail, ensure only .pdf, .doc, .docx, .xls or .xlsx documents are sent. The e-mail filter may delete any other form of attachments.
Direct any and all questions regarding this requirement to
Attachments: 1. Performance Work Statement 2. Provisions and Clauses 3. DFARS 252.209-7993
Link/URL: https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-14-T-0091/listing.html
Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
Wordcount: | 1679 |
Modification to a Previous Presolicitation Notice – R– Biometric Examination Services Support under the direction of the Biometrics Identity Management Activity (BIMA)
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News