Combine Solicitation – Neuropsychologist
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Neuropsychologist
Classification Code: Q - Medical services
Solicitation Number: FA3020-17-R-0013NeuroPsychologistSAFB
Contact:
Setaside: Service-Disabled Veteran-Owned Small BusinessService-Disabled Veteran-Owned Small Business
Place of Performance (address): Sheppard AFBSheppard AFB, TX
Place of Performance (zipcode): 76311
Place of Performance Country: US
Description:
Air Education and Training Command
Sheppard AFB Contracting Office
Combined Synopsis/Solicitation - Neuropsychologist Services
This is a combined synopsis/solicitation for commercial items prepared in accordance with https://www.acquisition.gov/sites/default/files/current/far/html/Subpart%2012_6.html#wp1088488 [Subpart 12.6] and Part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
* 1. The combined synopsis solicitation number is FA3020-17-R-0013.
* 2. Proposals are due no later than
* 3. The Government contemplates award of a Firm Fixed Price contract resulting from this combined synopsis solicitation.
* 4. This combined synopsis solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, DPN 20161222 and AFAC 2017-0127.
* 5. The combined synopsis solicitation is 100% Set-Aside for Service Disabled Veteran Owned Small Business (SDVOSB) under the North American Industrial Classification Standard code 621330 with a size standard of
* 6. This combined synopsis solicitation is for the acquisition of One Full Time Equivalent Neuropsychologist to provide outpatient health care to aerospace pilots at
* 7. See Attachment 1, Performance Work Statement, for a full description of requirements.
* 8. See Attachment 2, Price Exhibit, for contract line items, quantities and units of measure.
* 9. See Attachment 3, Quality Assurance Surveillance Plan (QASP), for full description of quality assurance measurements. The QASP is provided for information purposes only and will not be included in the contract.
* 10. See Attachments 4 and 5, Past Performance Information, Questionnaire, which must be accomplished in accordance with the below Addendum to FAR PART 52.212-1.
* 11. Services are to be performed at the 82d
* 12. The provision at FAR PART 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and is incorporated by reference. The following addendum applies to this provision:
*****ADDENDUM TO FAR 52.212-1
* (a) Paragraph 52.212-1(c), Period for Acceptance of Offers, is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 120 calendar days from the date specified for receipt of offers. Offerors may specify a longer acceptance period than the Government's minimum requirement."
(b) Paragraph 52.212-1(e), Multiple Offers is deleted
(c) The following is inserted as new paragraph (m) of the provision:
(m) Proposal Preparation Instructions.
* A. To assure timely and equitable evaluation of proposals, offerors must follow the instructions contained herein. Offerors are required to meet all solicitation requirements, including terms and conditions, representations and certifications. Failure to meet a requirement may result in an offer being ineligible for award. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. The response shall consist of three (3) parts; Part I - Technical Approach, Part II - Price Proposal, and Part III - Past Performance Information.
*
C. Specific Instructions:
1. Submission of Offers: Offerors will submit one (1) electronic version on CD-ROM and one original, hard copy proposal to include all items requested in this paragraph, and as stated in the combined synopsis/solicitation. Proposals may be hand-carried or mailed to the address listed in item 2 of this notice. All pages requiring fill-in information must be returned with the offeror's proposal and must be received by the due date/time unless otherwise changed via solicitation amendment. Solicitation amendments must be acknowledged in writing or the proposal may be considered non-responsive. It is the offeror's responsibility to check www.fbo.gov for amendments issued against this solicitation and respond accordingly. Email, USB flash drives, floppy disks, and zip disks are not acceptable.
2. Your proposal shall include a written approach, which will be evaluated on a pass/fail basis and assigned an Acceptable or Unacceptable rating as described in Table 1 below. A rating of unacceptable in one or more technical subfactors will constitute an overall rating of Unacceptable for the technical evaluation. The approach shall be no more than five (5) pages, it should show proof of the required credentials per the performance work statement (PWS). If a staffing agency is submitting the proposal, the technical approach should describe the steps the agency will take to ensure that the position is filled by an individual who has the required credentials per the PWS. The approach section shall not merely restate PWS requirements, but should include your approach to fulfilling the requirements, which should be tailored to the
3. Price proposal. Insert proposed burdened hourly price and extended prices in the Price Exhibit (Atch 2) using Microsoft EXCEL program, including all cell formulas, and limiting the rounding of figures to two decimal places. The pricing worksheet must clearly show the burdened hourly rates (including overhead, G&A, profit, etc.) for duty hours and total cost by CLIN. Total Evaluated Price: A TEP will be computed for each offer in order to meet the requirements of FAR Parts 6 and 17. The price of a six-month extension authorized by 52.217-8, Option to Extend Services, will be added to the proposed price as a fifth (5th) option. The offeror's TEP will be determined as the sum of all Firm Fixed Price CLINs for the base period and all option periods. The formula for the Option to Extend Services amount is as follows: Option Year 4 = CLIN Unit Amount x 6.
****NOTE: Extreme care should be exercised to ensure that no price data of any kind is included in any other Parts of the proposal. ****
4. Past Performance Information (PPI).
a. Performance Surveys: Provide a list of no more than three (3), of the most relevant contracts performed for Federal agencies or commercial customers within the last three (3) years. For the purpose of this solicitation, recent contracts are defined as those on which some portion of performance occurred during the last three (3) years from date of receipt of proposal. Relevant performance includes present/past performance effort involving similar scope and magnitude of effort of this solicitation. The offeror shall submit references by completing Attachment 4, PAST PERFORMANCE LIST OF REFERENCES, for contracts that you consider relevant in demonstrating your ability to perform the requirements in this solicitation. The completed PAST PERFORMANCE LIST OF REFERENCES must be submitted with your offer and received by the RFP closing date and time. The offeror shall ensure that the references listed in Attachment 4 are provided the Past Performance Questionnaire (Attachment 5) for completion. Completed questionnaires shall be sent by the reference completing the questionnaires directly to the Government Contract Specialist. THIS OFFICE STRONGLY RECOMMENDS ALL OFFERORS REQUEST THEIR REFERENCES TO SUBMIT THEIR PAST PERFORMANCE QUESTIONNAIRES IMMEDIATELY TO
(b) The government will evaluate the quality and extent of offeror's performance deemed relevant to the requirements of this solicitation. The government will use information submitted by the offeror and other sources such as the Past Performance Information Retrieval System, other federal government offices and commercial sources to assess performance. The evaluation of past performance information will take into account past performance information regarding predecessor companies and key personnel who have relevant experience. Furnish the following information for each contract referenced:
* (i)
* (ii) Service Provided
* (iii)
* (iv) Contract Number
* (v) Contract Dollar Value
* (vi) Period of Performance
* (vii) Verified, up-to-date name, address, email and telephone number of the contracting officer
* (viii) Comments regarding compliance with contract terms and conditions
* (ix) Comments regarding any known performance deemed unacceptable to the customer, or not in accordance with the contract terms and conditions.
(c) Once the questionnaires are completed by the POCs, the information contained therein will be considered source selection sensitive and will not be released outside the government. The POCs shall forward their completed questionnaires directly to the government - NOT BACK TO THE OFFEROR.
(d) PPQs shall be sent directly from your reference to the individuals listed below no later than
82 CONS/LGCA
Attn:
mailto:[email protected]
D. Documents submitted in response to this RFP must be consistent with the following:
1. Requirements of the solicitation (CLINs and PWS) and Government standards and regulations pertaining to the PWS.
2. Evaluation Factors for Award.
3. Format for proposal Parts I, II, and III shall be as follows:
(a) All Parts of the proposal shall be bound and labeled in a standard three ring loose-leaf binders and clearly identified on the front and side. Proposal shall contain a Table of Contents and Cross References (if applicable).
(b) The proposals will be on 8 1/2" x 11" paper. Any subsequent changes to the technical approach shall be provided on a different colored paper as directed by the contracting officer.
(c) A page is defined as one face of a sheet of paper containing information.
(d) Typing shall not be less than 10 pitch.
(e) Page margins shall be a minimum of 1 inch top, bottom, and each side.
(f) In addition to the paper copies specified for each Part, one electronic copy of the entire offer must be submitted. The electronic version of the proposal shall be submitted in a format readable by Microsoft Office 2013 which includes software programs such as Word, Excel, and PowerPoint. For those pages of the proposal that cannot be submitted using Microsoft Office, offerors shall include those pages electronically using Adobe Acrobat portable document files (.pdf) format. The Price Part shall be submitted in spreadsheet format using Microsoft Excel. The electronic version shall be submitted on a compact disc (CD). Email, USB flash drives, floppy disks, and zip disks are not acceptable.
(g) The paper copies and electronic versions shall be identical in all respects. In the event there are any discrepancies between the paper copies and electronic copy, the electronic copy will take precedence and will be used for evaluation. Ensure the electronic documents stored on the CD can be opened. Use separate files and folders to permit rapid location of all portions, including exhibits and attachments, if any. Replacement CDs will be required to update the final proposal resulting from any discussions and updates, if applicable.
(h) Each Part shall be complete in itself and shall not reference information contained in other Parts. Page 1 of a Part is defined as the first page after the Table of Contents. All pages shall be numbered.
(i) Price data of any kind shall be presented only in the Price Proposal Part.
E. General Information:
1. Information regarding submission of proposals: Telegraphic or facsimile offers will not be accepted. Whether hand carried or submitted via US Mail or other courier service, proposals must be received at the following address:
82 CONS/LGCA
Attn:
2. Inquiries by Offerors. The Contracting Officer (CO) and/or the Contract Specialist are the sole points of contact for this acquisition. contact with government personnel, other than the 82 CONS contracting personnel listed above, by a potential offeror or their employees regarding this requirement is strictly prohibited. All questions regarding this solicitation must be directed IN WRITING by e-email, (preferred method) or mail/courier to above address. The deadline for all questions, concerns and/or requests for clarification is 15 calendar days prior to the proposal due date. The Government will not respond to submissions past the deadline.
3. All questions will be answered by an amendment to the solicitation. A copy of any amendment to this solicitation may be obtained from the Federal Business Opportunities website at: http://www.FedBizOpps.gov [www.FedBizOpps.gov].
4. Offerors are cautioned that
5. FEDERAL HOLIDAYS: The following Federal Legal Holidays are observed by this base:
Birthday of
6. Contract Award: The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary.
7. Discrepancies: If an offeror believes these instructions contain errors, omissions or are unsound, the offeror shall immediately notify the Contracting Officer in writing with supporting rationale as well as remedies the offeror is asking the Contracting Officer to consider as related to the omission or error.
*****(End of Addendum 52.212-1)
* 13. The provision at FAR 52.212-2, Evaluation - Commercial Items (
(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. The following factor(s) shall be used to evaluate offers:
* (1) Technical approach
* (2) Price
* (3) Past Performance
Past performance is significantly more important than price when being evaluated. Technical approach will be evaluated as either Pass or Fail. The evaluation process shall proceed as follows:
(b) By submission of its offer, the offeror agrees to comply with all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.
(c) Technical Evaluation: Initially, all proposals will be evaluated for technical acceptability. If an offeror is deemed technically unacceptable, no other part of their proposal will be evaluated. The technical evaluation is to ensure that an offeror can fill the position with a qualified individual. Ratings will be given on a pass/fail basis as follows:
! PASS ! Based on the information provided in the technical approach, the offeror is able provide a qualified individual per the performance work statement (PWS) requirements. The offeror takes no exceptions to the requirements outlined in the solicitation or the PWS. !
! FAIL ! Based on the information provided in the technical approach, the offeror cannot provide a qualified individual per the performance work statement (PWS) requirements or the offeror takes exceptions to any of the requirements outlined in the solicitation or the PWS. !
!
(d) Price Evaluation. All technically acceptable offerors shall be ranked according to total evaluated price (TEP) from lowest to highest. TEP is calculated by adding together the base price and all option year prices. Evaluation of options shall not obligate the Government to exercise the option(s). Proposals with option prices that are significantly unbalanced will be evaluated as noncompliant. An offeror's proposed prices will be determined by multiplying the quantities identified in the Price Exhibit by the unit price for each item to confirm the extended amount for each.
(e) Past Performance Evaluation. Using questionnaires, PPIRs and CPARs, the contracting officer shall seek relevant performance information on all offerors based on (1) the past and present efforts provided by the offeror and (2) data independently obtained from other government and commercial sources. For the purpose of this solicitation, recent contracts are defined as those on which some portion of performance occurred during the last three (3) years from date of receipt of proposal. Relevant performance includes present/past performance effort involving similar scope and magnitude of effort as this solicitation. Relevancy ratings are defined in Table 1 below. In evaluating past performance, greater consideration may be given to information on those contracts deemed most relevant to the effort described in this solicitation. The purpose of the past performance evaluation is to allow the government to assess the offeror's ability to perform the effort described in this RFP, based on the offeror's demonstrated present and past performance. The assessment process will result in an overall performance confidence assessment of Substantial Confidence, Satisfactory Confidence, Limited Confidence, No Confidence, or Unknown Confidence as defined in Table 5 of the DoD Source Selection Procedures. Offerors with no relevant past or present performance history or with a performance record so limited that no confidence assessment rating can be reasonably assigned shall receive the rating "Unknown Confidence," meaning the rating is treated neither favorably nor unfavorably.
! Table 1. PAST PERFORMANCE RELEVANCY RATINGS !
! Rating ! Definition !
! VERY RELEVANT ! Present/past performance effort involved essentially the same scope and magnitude of effort as this solicitation. !
! RELEVANT ! Present/past performance effort involved similar scope and magnitude of effort as this solicitation. !
! SOMEWHAT RELEVANT ! Present/past performance effort involved some of the scope and magnitude of effort as this solicitation. !
! NOT RELEVANT ! Present/past performance effort involved little or none of the scope and magnitude of effort as this solicitation. !
!
(f) If the lowest priced evaluated offer is judged to be technically acceptable, has a "Substantial Confidence" performance rating and the offeror is determined to be responsible, that offer represents the best value for the Government and the evaluation process stops at this point. Award shall be made to that offeror without further consideration of any other offers.
(g) If the lowest priced offeror is not judged to be technically acceptable or have a "Substantial Confidence" performance assessment, the next lowest reasonably priced, technically acceptable and responsible offeror will be considered. The process will continue (in ascending TEP) until the Government finds an offeror with a Substantial Confidence performance assessment rating or until all offers are considered.
(h) Clarifications and communications, as defined in FAR 15.306, do not constitute discussions. The Government intends to award a contract without discussions with respective offerors. The Government, however, reserves the right to conduct discussions if deemed in its best interest.
(End of Provision 52.212-2)
* 14. All offerors will include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, Alternate I with Part I - Summary and Misc. Data or a statement affirming not representing as a disadvantaged, and 52.219-1, Small Business Program Representations.
* 15. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Addendum to FAR 52.212-4(c) Changes: Changes in the terms and conditions of this contract may be made only by written agreement of the parties, except for the following actions:
A. Exercising of Options pursuant to FAR 52.217-8 and FAR 52.217-9.
B. Administrative changes such as the paying office, accounting classifications, in accordance with FAR 43.103(b).
C. Modifications to obligate or de-obligate funds for not to exceed CLINS.
D. Modifications to obligate funds at the beginning of each fiscal year and incremental funding.
* 16. The following provisions and clauses also apply to this acquisition. All provisions and clauses listed by reference are in accordance and FAR 52.252-1 Solicitation Provisions Included by Reference and with FAR 52.252-2,
CLAUSES INCORPORATED BY REFERENCE
! 52.203-6 ! Restrictions On Subcontractor Sales To The Government !
! 52.204-4 ! Printed or Copied Double-Sided on Postconsumer Fiber Content Paper !
! 52.204-9 ! Personal Identity Verification of Contractor Personnel !
! 52.209-6 ! Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment !
! 52.209-9 ! Updates of Publicly Available Information Regarding Responsibility Matters !
! 52.212-1 ! Instructions to Offerors-Commercial Items ! 2017 ! !
! 52.212-4 ! Contract Terms and Conditions-Commercial Items !
! 52.217-5 ! Evaluation Of Options !
! 52.219-8 ! Utilization of Small Business Concerns !
! 52.219-27 ! Notice of Service-Disabled Veteran-Owned Small Business Set-Aside !
! 52.219-28 ! Post-Award Small Business Program Rerepresentation !
! 52.219-28 ! Post-Award Small Business Program Rerepresentation !
! 52.222-3 ! Convict Labor !
! 52.222-17 !
! 52.222-37 ! Employment Reports on Veterans !
! 52.222-50 ! Combating Trafficking in Persons !
! 52.222-54 ! Employment Eligibility Verification !
! 52.223-18 ! Encouraging Contractor Policies To Ban Text Messaging While Driving !
! 52.224-2 ! Privacy Act !
! 52.224-3 ! Privacy Training !
! 52.225-13 ! Restrictions on Certain Foreign Purchases !
! 52.228-5 ! Insurance - Work On A Government Installation !
! 52.232-18 ! Availability Of Funds !
! 52.232-33 ! Payment by Electronic Funds Transfer'ystem for Award Management !
! 52.237-2 ! Protection Of Government Buildings, Equipment, And Vegetation !
! 52.237-3 ! Continuity Of Services !
! 52.242-13 ! Bankruptcy !
! 252.201-7000 ! Contracting Officer's Representative !
! 252.203-7002 ! Requirement to Inform Employees of Whistleblower Rights !
! 252.203-7005 ! Representation Relating to Compensation of Former DoD Officials !
! 252.204-7004 Alt A ! System for Award Management Alternate A !
! 252.204-7006 ! Billing Instructions !
! 252.209-7004 ! Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism !
! 252.209-7998 (Dev) ! Representation Regarding Conviction of a Felony Criminal Violation under any Federal or State Law !
! 252.232-7003 ! Electronic Submission of Payment Requests and Receiving Reports !
! 252.232-7010 ! Levies on Contract Payments !
! 252.243-7001 ! Pricing Of Contract Modifications !
!
* 17. PROVISIONS AND CLAUSES INCORPORATED BY FULL TEXT
52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (
(a) Definitions. As used in this provision--
Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian
Federal contracts and grants with total value greater than
(1) The total value of all current, active contracts and grants, including all priced options; and
(2) The total value of all current, active orders including all priced options under indefinite-delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-award Schedules).
Principal means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a
division or business segment; and similar positions).
(b) The offeror ( ) has ( ) does not have current active Federal contracts and grants with total value greater than
(c) If the offeror checked "has" in paragraph (b) of this provision, the offeror represents, by submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information:
(1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
(i) In a criminal proceeding, a conviction.
(ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of
(iii) In an administrative proceeding, a finding of fault and liability that results in--
(A) The payment of a monetary fine or penalty of
(B) The payment of a reimbursement, restitution, or damages in excess of
(iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)(1)(iii) of this provision.
(2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence.
(d) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management database via https://www.acquisition.gov (see 52.204-7).
(End of provision)
52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEVIATION 2013-O0019) (
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.
(1) The Comptroller General of
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13,
(ii) 52.219-8, Utilization of Small Business Concerns (
(iii) 52.222-17,
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (
(vi) 52.222-35, Equal Opportunity for Veterans (
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (
(viii) 52.222-37, Employment Reports on Veterans (
(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (
(x) 52.222-41, Service Contract Labor Standards (
(xi) ___ (A) 52.222-50, Combating Trafficking in Persons (
___ (B) Alternate I (
(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (
(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (
(xiv) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (
(xvi) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (
Note to paragraph (b)(1)(xvi): By a court order issued on
(xvii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016).
(xviii) 52.225-26, Contractors Performing Private Security Functions Outside the United States (
(xix) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (
(xx) 52.247-64, Preference for Privately-Owned
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)
52.216-1 TYPE OF CONTRACT (
The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation.
(End of provision)
52.217-8 OPTION TO EXTEND SERVICES (
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days.
(End of clause)
52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (
(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months.
(End of clause)
52.222-35 EQUAL OPPORTUNITY FOR VETERANS (
(a) Definitions. As used in this clause--
''Active duty wartime or campaign badge veteran,'' ''Armed Forces service medal veteran,'' ''disabled veteran,'' ''protected veteran,'' ''qualified disabled veteran,'' and ''recently separated veteran'' have the meanings given at FAR 22.1301.
(b) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-300.5(a), as of
veterans.
(c) Subcontracts. The Contractor shall insert the terms of this clause in subcontracts of
(End of clause)
52.222-36 Equal Opportunity for Workers with Disabilities (
(a) Equal opportunity clause. The Contractor shall abide by the requirements of the equal opportunity clause at 41 CFR 60-741.5(a), as of
(b) Subcontracts. The Contractor shall include the terms of this clause in every subcontract or purchase order in excess of
noncompliance. Such necessary changes in language may be made as shall be appropriate to identify properly the parties and their undertakings.
(End of clause)
52.233-2 SERVICE OF PROTEST (
(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from 82 CONS/LGCA,
(b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO.
(End of provision)
52.237-7 INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (
(a) It is expressly agreed and understood that this is a nonpersonal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor's professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence:
(b) An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause.
(c) Liability insurance may be on either an occurrences basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less than 3 years after the end of the contract term must also be provided.
(d) Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer.
(e) The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If, during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies.
(f) The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall furnish to the Contracting Officer evidence of such insurance.
Contracting Officer insert the dollar value(s) of standard coverage(s) prevailing within the local community as to the specific medical specialty, or specialties, concerned, or such higher amount as the Contracting Officer deems necessary to protect the Government's interests.
(End of clause)
52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (
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/ [ http://farsite.hill.af.mil/]
(End of provision
52.252-2 CLAUSES INCORPORATED BY REFERENCE (
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(es):
http://farsite.hill.af.mil/ [ http://farsite.hill.af.mil/]
(End of clause)
52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (
(a) The use in this solicitation of any Federal Acquisition Regulation (48
* (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48
(End of provision)
52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48
(End of clause)
252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (
(a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that-
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that-
(1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability,
(2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months.
(End of provision)
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (
(a) Definitions. As used in this clause--
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).
Invoice and Receiving Report - COMBO
(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
Found in Block 15 (Deliver to).
(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*
--------------------------------------------------------------------------------------------
--------------------------------------------------------------------------------------------
Pay Official DoDAAC F87700
Issue By DoDAAC FA3020
Admin DoDAAC FA3020
Inspect By DoDAAC F3V4A1
Ship To Code F3V4A1
Ship From Code N/A
Mark For Code N/A
Service Approver (DoDAAC) N/A
Service Acceptor (DoDAAC) F3V4A1
Accept at Other DoDAAC N/A
LPO DoDAAC N/A
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.
N/A
(Contracting Officer: Insert applicable email addresses or "Not applicable.")
(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.
(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.
(End of clause)
252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (
ADDENDUM: Blanks will be filled in "if" and when incremental funding is required.
(a) Contract line item(s) is/are incrementally funded. For this/these item(s), the sum of $---- of
the total price is presently available for payment and allotted to this contract. An allotment schedule is set forth in paragraph (j) of this clause.
(b) For items(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to the point at which the total amount payable by the Government, including reimbursement in the event of termination of those item(s) for the Government's convenience, approximates the total amount currently allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that point. The Government will not be obligated in any event to reimburse the Contractor in excess of the amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause entitled "TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT." As used in this clause, the total amount payable by the Government in the event of termination of applicable contract line item(s) for convenience includes costs, profit and estimated termination settlement costs for those item(s).
(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause, the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in the Contractor's best judgment, the work will reach the point at which the total amount payable by the Government, including any cost for termination for convenience, will approximate 85 percent of the total amount then allotted to the contract for performance of the applicable item(s). The notification will state (1) the estimated date when that point will be reached and (2) an estimate of additional funding, if any, needed to continue performance of applicable line items up to the next scheduled date for allotment of funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The notification will also advise the Contracting Officer of the estimated amount of additional funds that will be required for the timely performance of the item(s) funded pursuant to this clause, for subsequent period as may be specified in the allotment schedule in paragraph (j) of this clause, or otherwise agreed to by the parties. If after such notification additional funds are not allotted by the date identified in the Contractor's notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which additional funds have not been allotted, pursuant to the clause of this contract entitled "TERMINATION FOR THE CONVENIENCE OF THE GOVERNMENT".
(d) When additional funds are allotted for continued performance of the contract line item(s) identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance which will be covered by the funds. The provisions of paragraph (b) through (d) of this clause will apply in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified accordingly.
(e) If, solely by reason of failure of the Government to allot additional funds, by the dates indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the work under this contract and if additional funds are allotted, an equitable adjustment will be made in the price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a dispute concerning a question of fact within the meaning of the clause entitled "disputes."
(f) The Government may at any time prior to termination allot additional funds for the performance of the contract line item(s) identified in paragraph (a) of this clause.
(g) The termination provisions of this clause do not limit the rights of the Government under the clause entitled "DEFAULT." The provisions of this clause are limited to work and allotment of funds for the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the contract if fully funded except with regard to the rights or obligations of the parties concerning equitable adjustments negotiated under paragraphs (d) or (e) of this clause.
(h) Nothing in this clause affects the right of the Government to this contract pursuant to the clause of this contract entitled "TERMINATION FOR CONVENIENCE OF THE GOVERNMENT."
(i) Nothing in this clause shall be construed as authorization of voluntary services whose acceptance is otherwise prohibited under 31 U.S.C. 1342.
(j) The parties contemplate that the Government will allot funds to this contract in accordance with the following schedule:
On execution of contract $--
(month) (day), (year) $----
(month) (day), (year) $----
(month) (day), (year) $----
(End of clause)
5352.201-9101 OMBUDSMAN (
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of "http://www.whitehouse.gov/omb/circulars/a076/a76_rev2003.pdf" target="_blank"OMB Circular A-76 competition performance decisions).
(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Mr.
(d) The ombudsman has no authority to render a decision that binds the agency.
(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
(End of clause)
5352.209-9000 ORGANIZATIONAL CONFLICT OF INTEREST (
(a) The following restrictions and definitions apply to prevent conflicting roles which may bias the Contractor's judgment or objectivity, or to preclude the Contractor from obtaining an unfair competitive advantage in concurrent or future acquisitions.
(1) Descriptions or definitions:
"Contractor" means the business entity receiving the award of this contract, its parents, affiliates, divisions and subsidiaries.
"Development" means all efforts towards solution of broadly-defined problems. This may encompass research, evaluating technical feasibility, proof of design and test, or engineering of programs not yet approved for acquisition or operation.
"Proprietary Information" means all information designated as proprietary in accordance with law and regulation, and held in confidence or disclosed under restriction to prevent uncontrolled distribution. Examples include limited or restricted data, trade secrets, sensitive financial information, and computer software; and may appear in cost and pricing data or involve classified information.
"System" means the system that is the subject of this contract.
"System Life" means all phases of the system's development, production, or support.
"Systems Engineering" means preparing specifications, identifying and resolving interface problems, developing test requirements, evaluating test data, and supervising design.
"Technical Direction" means developing work statements, determining parameters, directing other Contractors' operations, or resolving technical controversies.
(2) Restrictions: The Contractor shall perform systems engineering and/or technical direction, but will not have overall contractual responsibility for the system's development, integration, assembly and checkout, or production. The parties recognize that the Contractor shall occupy a highly influential and responsible position in determining the system's basic concepts and supervising their execution by other Contractors. The Contractor's judgment and recommendations must be objective, impartial, and independent. To avoid the prospect of the Contractor's judgment or recommendations being influenced by its own products or capabilities, it is agreed that the Contractor is precluded for the life of the system from award of a
5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.
(End of clause)
5352.242-9001 COMMON ACCESS CARDS (CAC) FOR CONTRACTOR PERSONNEL (
(a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following criteria:
(1) Require logical access to
(i) the unclassified environment; or
(ii) the classified environment where authorized by governing security directives.
(2) Perform work, which requires the use of a CAC for installation entry control or physical access to facilities and buildings.
(b) Contractors and their personnel shall use the following procedures to obtain CACs:
(1) Contractors shall provide a listing of personnel who require a CAC to the contracting officer. The government will provide the contractor instruction on how to complete the Contractor Verification System (CVS) application and then notify the contractor when approved.
(2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military Personnel Flight (MPF)).
(c) While visiting or performing work on installation(s)/location(s), contractor personnel shall wear or prominently display the CAC as required by the governing local policy.
(d) During the performance period of the contract, the contractor shall:
(1) Within 7 working days of any changes to the listing of the contract personnel authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing to the authorizing government official;
(2) Return CACs in accordance with local policy/directives within 7 working days of a change in status for contractor personnel who no longer require logical or physical access;
(3) Return CACs in accordance with local policy/directives within 7 working days following a CACs expiration date; and
(4) Report lost or stolen CACs in accordance with local policy/directives.
(e) Within 7 working days following completion/termination of the contract, the contractor shall return all CACs issued to their personnel to the issuing office or the location specified by local policy/directives.
(f) Failure to comply with these requirements may result in withholding of final payment.
(End of clause)
REFERENCE 52.228-5 - INSURANCE
Reference clause 52.228-5, INSURANCE - WORK ON A GOVERNMENT INSTALLATION
The Contractor shall, at its own expense, procure and thereafter maintain the following kinds of insurance with respect to performance under the contract.
(a) Workers' compensation and employer's liability. Contractors are required to comply with applicable Federal and State workers' compensation and occupational disease statutes. If occupational diseases are not compensable under those statutes, they shall be covered under the employer's liability section of the insurance policy, except when contract operations are so commingled with a contractor's commercial operations that it would not be practical to require this coverage. Employer's liability coverage of at least
(b) General liability.
(1) The contracting officer shall require bodily injury liability insurance coverage written on the comprehensive form of policy of at least
(2) Property damage liability insurance shall be required only in special circumstances as determined by the agency.
(c) Automobile liability. The contracting officer shall require automobile liability insurance written on the comprehensive form of policy. The policy shall provide for bodily injury and property damage liability covering the operation of all automobiles used in connection with performing the contract. Policies covering automobiles operated in
(d) Aircraft public and passenger liability. When aircraft are used in connection with performing the contract, the contracting officer shall require aircraft public and passenger liability insurance. Coverage shall be at least
(e) Vessel liability. When contract performance involves use of vessels, the contracting officer shall require, as determined by the agency, vessel collision liability and protection and indemnity liability insurance.
LIST OF ATTACHMENTS:
! Attachment 1 ! Performance Work Statement !
! Attachment 2 ! Price Exhibit !
! Attachment 3 ! QASP !
! Attachment 4 ! Past Performance List of References !
! Attachment 5 ! Past Performance Questionnaire !
!
Link/URL: https://www.fbo.gov/spg/USAF/AETC/ShepAFBCO/FA3020-17-R-0013NeuroPsychologistSAFB/listing.html
Combine Solicitation – Preventive Maintenance Agreement for a Leica Bond-maX Stainer System
Presolicitation Notice – Health Insurance for Locally Employed Staff of the U.S. Mission in Suriname
Advisor News
Annuity News
Health/Employee Benefits News
Life Insurance News