Amendment to Combined Synopsis/Solicitation – ORARNG Non-Clinical Case Management Services
Notice Type: Amendment to Combined Synopsis/Solicitation
Posted Date:
Office Address:
Subject: ORARNG Non-Clinical Case Management Services
Classification Code: Q - Medical services
Solicitation Number: 10817085
Contact:
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Place of Performance Country: US
Description:
USPFO for
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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is No. 10874143 and is issued as a Request for Quote (RFQ). The RFQ will result in a firm fixed price contract. This solicitation is 100% set-aside for Service Disabled Veteran Owned Small Businesses. The North American Industry Classification System (NAICS) code for this acquisition is 561330. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83. Quotes are due by,
OFFERORS ARE HIGHLY ENCOURAGED TO READ THE PERFORMANCE WORK STATEMENT PRIOR TO SUBMITTING A QUOTE AND PRIOR TO REQUESTING ADDITIONAL INFORMATION.
This Request for Quote will result in a firm fixed price contract. This announcement is the solicitation which will result in a firm fixed-price contract. Contract will be awarded to the contractor whom provides a quote that conforms to the terms and conditions of this combined synopsis / solicitation and meets all the requirements outlined in the performance work statement, provides the lowest price (CLINS 0001-0003) and is determined responsible IAW FAR Subpart 9.104-1. Ensure your quote is detailed enough to determine that it meets that terms and conditions of the requirement.
Description of Requirement:
SEE ATTACHED PERFORMANCE WORK STATEMENT
Period of Performance:
The period of performance for all CLINs is NTE 1 year from contract award date.
Performance Standards:
SEE ATTACHED QUALITY ASSURANCE SURVEILLANCE PLAN (QASP)
Requirements for your quote: The provision at 52.121-1, Instructions to Offerors - Commercial, applies to this acquisition. Please submit a quote on your company letterhead showing a price per contract line item (
Include the following information on your quote: cage code, tax id number, company name, phone number, POC, signature of authorized representative and email. Quotes are binding at the time of submission unlike a quote. Offerors' quotes shall be valid for a minimum of 30 days to be acknowledged in the offerors' quote.
The quote should include a price breakdown by position and be based off of 1920 hours. Vacation and Holiday pay should be reflected in the fringes.
To expedite the determination of responsibility (IAW FAR 9.1) the apparent awardee should have readily available: 1.) A statement that consists of an explanation of commitment or arrangement that will be in existence at the time of contract award, to rent, purchase, or otherwise acquire the needed facilities, equipment, other resources, or personnel. Provide any information related to affiliates that will be used on this project if applicable. 2.) Provide three references. The references should be of those whom have awarded contracts similar in nature in the last 3 years. This information shall include the awarding agency or company, title of project, year of the project, a POC with phone number and e-mail. 3.) Affirm that your business size standard. 4.) Affirm that the Performance Work Statement and Quality Assurance Surveillance Plan was read.
The award will only be made to an offeror whose quotation is all-inclusive of the requirements on this solicitation.
Offerors must be actively registered on the Systems for Award Management database (SAM) as a small business for the NAICS listed in this solicitation. Information concerning SAM requirements may be viewed via the
Offerors must have electronic funds transfer (EFT) capability. Contractors must be actively registered with Wide Area Work Flow (WAWF) at http://wawf.eb.mil.
Provision for Evaluation:
Award will be made to the responsible contractor (see FAR Part 9) whose quote or offer meets the technical requirements and represents the best value on an "all or nothing" basis. In accordance with FAR Subpart 13.106-1, the Government will consider the following for award in no particular order: Price; Technical acceptability; Past Performance. In order to be deemed technically acceptable, the contractor must provide evidence of understanding of the requirement through either a written quote that addresses PWS requirements or through demonstrated Past Performance on recent and relevant contracts with same or similar scope, giving priority to most recent performances for the
Evaluation will be in accordance with FAR Subpart 13.106-2 and utilize trade off of price for performance at the Contracting Officer's discretion. The offeror must demonstrate in the response the capability to meet all contract requirements through past experience at similar events, either as the prime or major subcontractor, or by identification of key personnel that have past experience in similar events.
The evaluation process will consist of lowest price, price analysis of price breakdown submitted in quote, past performance, and technically acceptability in no particular order. Technical acceptability will be determined by the content presented by the contractor in the quote in response to the stated requirements.
The Government intends to evaluate quotes/offers and make award without discussions with offerors (except clarifications as described in FAR 15.306(a)). Therefore, the offeror's initial quote/offer should contain the offeror's best terms from a cost or price standpoint. Do not assume you will have the opportunity to clarify, discuss or revise your quote/offer. Offerors may, at the discretion of the Government, be asked to provide more information and clarification regarding their offer/quote. Request for such information does not constitute discussions. The Government reserves the right to conduct discussions if the Contracting Officer later determines them to be necessary. The Government intends to make a single, Firm-Fixed Price award.
Any response to this synopsis/solicitation will be considered a "quotation".
"Offer" means a response to a solicitation that, if accepted, would bind the offeror to perform the resultant contract. Responses to invitations for bids (sealed bidding) are offers called "bids" or "sealed bids"; responses to requests for proposals (negotiation) are offers called "proposals"; however, responses to requests for quotations (simplified acquisition) are "quotations," not offers.
FAR 13.004 -- Legal Effect of Quotations
(a) A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offer.
(b) When appropriate, the contracting officer may ask the supplier to indicate acceptance of an order by notification to the Government, preferably in writing, as defined at 2.101. In other circumstances, the supplier may indicate acceptance by furnishing the supplies or services ordered or by proceeding with the work to the point where substantial performance has occurred.
(c) If the Government issues an order resulting from a quotation, the Government may (by written notice to the supplier, at any time before acceptance occurs) withdraw, amend, or cancel its offer. (See 13.302-4 for procedures on termination or cancellation of purchase orders.)
The following provisions and clauses apply to this acquisition:
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil.
The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items, applies to this acquisition.
52.202-1 Definitions 52.203-3 Gratuities 52.203-6 Alt I Restrictions on Subcontractor Sales to the Government - Alternate I 52.204-1 Approval of Contract 52.204-4 Printed or Copied-Double Sided on Post- consumer Fiber Content Paper 52.204-6 DUNS Number 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 52.204-12 DUNS Number Maintenance 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership of Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations 52.209-6 Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations 52.211-6 Brand Name or Equal 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 52.212-4 Contract Terms and Conditions--Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders--Commercial Items 52.219-14 Limitations on Subcontracting 52.219-4 Notice of Price Evaluation Preference for Hubzone Small Business Concerns 52.219-6 Notice Of Total Small Business Set-Aside 52.219-8 Utilization of Small Business Concerns 52.219-28 Post-Award Small Business Program Representation 52.222-3 Convict Labor 52.222-17
Clauses may be accessed electronically in full text through http://farsite.hill.af.mil.
Notice for Service Contract Act: Applicable SCA Wage Determination--Wage Determination No.: 2005-2441 rev 17 dated
Statement of Equivalent Rates for Federal Hires: GS-0600 - MEDICAL, HOSPITAL, DENTAL, AND PUBLIC HEALTH GROUP; GS-06 through GS-11
CMRA Reporting Requirement:
Solicitation Response deadline is extended pending clarification of QA, quote requirements, and evaluation criteria.
Quotes must include a price breakdown of each position to ensure appropriate wage rates and calculations. The pricing information should include the following: hourly pay rate, fringe, overhead, health and welfare, and any additional costs used in calculating the total price. Solicitation QA 1 - Inclusive (Corrected) has been corrected and added to the solicitation. Solicitation QA 2 - Inclusive has been added.
Link/URL: https://www.fbo.gov/spg/USA/NGB/DAHA35/10817085/listing.html



Oscar drops out of NJ Obamacare
14th Annual Bankers Life Forget Me Not Days Raises More Than $450,000 for Alzheimer’s Association
Advisor News
- The modern advisor: Merging income, insurance, and investments
- Financial shocks, caregiving gaps and inflation pressures persist
- Americans unprepared for increased longevity
- More investors will seek comprehensive financial planning
- Midlife planning for women: why it matters and how advisors should adapt
More Advisor NewsAnnuity News
- LIMRA: Annuity sales notch 10th consecutive $100B+ quarter
- AIG to sell remaining shares in Corebridge Financial
- Corebridge Financial, Equitable Holdings post Q1 earnings as merger looms
- AM Best Assigns Credit Ratings to Calix Re Limited
- Transamerica introduces new RILA with optional income features
More Annuity NewsHealth/Employee Benefits News
- MCCLELLAN INTRODUCES BILL TO HELP VIRGINIANS KEEP THEIR MEDICAID COVERAGE
- The Spine of Justice Roberts
- SENATE APPROVES BILL TO LIMIT PREMIUM INCREASES, PROTECT ACCESS TO HEALTHCARE
- All about AHCCCS: Navigating Arizona Medicaid’s changing landscape
- GOVERNOR SIGNS BIOMARKER TESTING COVERAGE BILL
More Health/Employee Benefits NewsLife Insurance News
- 2025 Insurance Abstracts
- AM Best Assigns Credit Ratings to Tokio Marine Newa Insurance Co., Ltd.
- Earnings roundup: Prudential works to save ‘unique’ Japanese market
- How life insurance became a living-benefits strategy
- Financial Focus : Keep your beneficiary choices up to date
More Life Insurance News