Search Contract Opportunities

Medical Services, Management, and Review IDIQ   3

ID: 12305B24Q0205 • Type: Synopsis Solicitation

Description

Posted: Sept. 17, 2024, 4:16 p.m. EDT

AMEND 0003 - extension given for quotes until 09/19/2024 at 2:00 P.M. EST.

____________________________________________________________________

AMEND 0002 - Attachment 9 - Q and A added and extension given for quotes until 09/18/2024 at 12:00 P.M. EST.

___________________________________________________________________________________

AMEND 0001 - Add Wage Determination Attachment.

This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in subpart 12.6, utilizing FAR part 13 procedures, 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.

(ii) The solicitation number is 12305B24Q0205 and this combined synopsis/solicitation is issued as a request for quotation (RFQ).

(iii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-05, May 22, 2024.

(iv) This is a total 100% small business set-aside and the associated NAICS code is 621111 and the small business size standard is $16.0.

(v) See Pricing Schedule in Attachment 4.

(vi) See attached PWS

(vii) Place of service/delivery and acceptance: 10300 Baltimore Ave BARC Beltsville, Marland 20705 and is FOB destination.

(viii) Provision 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition.

(ix) Provision 52.212-2, Evaluation-Commercial Items is applies to this acquisition.

  • Technical capability of the offer to meet the Government requirement
  • Past performance (see FAR 15.304)
  • Price

Award shall be made based on best value to the Government, price and all other factors considered.

Definitions

Significant Strength is an aspect of an offeror's proposal that has appreciable merit or

appreciably exceeds specified performance or capability requirements in a way that will be

appreciably advantageous to the Government during contract performance

Strength is an aspect of an offeror's proposal that has merit or exceeds specified performance or capability requirements in a way that will be advantageous to the Government during contract performance

Weakness means a flaw in the proposal that increases the risk of unsuccessful contract

performance

Significant Weakness in the proposal is a flaw that appreciably increases the risk of

unsuccessful contract performance.

Deficiency is a material failure of a proposal to meet a requirement or a combination of

significant weaknesses in a proposal that increases the risk of unsuccessful contract performance to an unacceptable level Evaluation Criteria

Factor 1 Technical

The evaluation will assess the technical merits and relative risk associated with the likelihood of success in executing the minimum requirements of the PWS.

o Sub.factor 1 Key Personnel: The evaluation will assess Key Personnel necessary for satisfactory performance of required services

Factor 2 Past Performance

Past performance on contracts with Government agencies and private industry in terms of cost control, quality of work, and compliance with performance schedules Vendors without relevant past performance will be evaluated as "Neutral

Factor 3 Price

For evaluation purposes, the evaluated price will be the total combination of the base, and

options. The Government will evaluate the Offerors proposed price for reasonableness and realism.

Relative Importance of Evaluation Factors and Sub-factors

Technical is more important than Price and Past Performance. Past Performance and Technical when combined are more important than Price.

Price may play an additional role since considerations of cost in terms of overall total program evaluated costs, best value, and affordability may be controlling in circumstances where two or more proposals are otherwise adjudged equal or when a technically superior proposal is at a cost that the Government cannot afford.

(x) Offers must have a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, uploaded on sam.gov by the time quotes are due.

(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Additional clauses included as attachment: Appendix3 - Contract Terms and Conditions

(xiii) In order to be considered for award OFFERORS SHALL SUBMIT THE FOLLOWING:

  • Submit documentation showing technical capability to meet or exceed Performance Elements and Benchmarks in the Specification.
  • Submit Firm Fixed Price quotation (quote on company letterhead) detailing the item description, place of manufacture, total price and valid for at least 60 days after receipt of quote. Item delivered FOB Destination inclusive of all costs.
  • Submit Unique Entity ID (UEI) with quotation.
  • Quoted prices must include all applicable costs including FOB shipping costs.

REJECTION OF QUOTATION: Failure to demonstrate compliance or to submit all items requested in solicitation will be cause to reject the quote without further discussions.

DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.

(xv) Quotes are due on 9/11/2024 at 2:00 PM EST by email to Jennifer Peterson at Jennifer.L.Peterson@usda.gov.

(xvi) Jennifer Peterson may be reached at Jennifer.L.Peterson@usda.gov for specific questions regarding this combined solicitation. Questions by interested parties regarding the requirement must be submitted by 9/05/2024 by 2:00 PM EST.

Posted: Sept. 10, 2024, 1:06 p.m. EDT
Posted: Aug. 29, 2024, 12:24 p.m. EDT
Background
This solicitation is issued by the Agricultural Research Service (ARS) to provide Occupational Health Services and Medical Case Review Support. The goal of this contract is to ensure the safety and welfare of ARS employees while meeting the agency's mission objectives. The contract will be a non-severable service Indefinite Delivery Indefinite Quantity (IDIQ) Agreement.

Work Details
The contractor shall provide the following services:
1. Program Management Support
2. Occupational Health Services
3. Independent Medical Examinations
4. Independent Medical Reviews
5. Medical Case Reviews

The contractor is responsible for furnishing all supplies, equipment, facilities, and services required to perform work under this Performance Work Statement (PWS). Key personnel must be evaluated in a source selection process and must have firm commitments in proposals. The contractor must also ensure compliance with privacy and confidentiality regulations regarding medical records.

Place of Performance
The services will be performed at 10300 Baltimore Ave BARC Beltsville, Maryland 20705.

Overview

Response Deadline
Sept. 19, 2024, 2:00 p.m. EDT (original: Sept. 11, 2024, 2:00 p.m. EDT) Past Due
Posted
Aug. 29, 2024, 12:24 p.m. EDT (updated: Sept. 17, 2024, 4:16 p.m. EDT)
Set Aside
Small Business (SBA)
Place of Performance
Beltsville, MD United States
Source
SAM

Current SBA Size Standard
$16 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Est. Value Range
Experimental
<$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value)
Vehicle Type
Indefinite Delivery Contract
Signs of Shaping
91% of obligations for similar contracts within the Agricultural Research Service were awarded full & open.
On 8/29/24 ARS Northeast Area issued Synopsis Solicitation 12305B24Q0205 for Medical Services, Management, and Review IDIQ due 9/19/24. The opportunity was issued with a Small Business (SBA) set aside with NAICS 621111 (SBA Size Standard $16 Million) and PSC Q201.
Primary Contact
Name
Jennifer Peterson   Profile
Phone
(903) 436-8959

Documents

Posted documents for Synopsis Solicitation 12305B24Q0205

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 12305B24Q0205

Award Notifications

Agency published notification of awards for Synopsis Solicitation 12305B24Q0205

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 12305B24Q0205

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 12305B24Q0205

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 12305B24Q0205

Additional Details

Source Agency Hierarchy
AGRICULTURE, DEPARTMENT OF > AGRICULTURAL RESEARCH SERVICE > USDA ARS NEA AAO ACQ/PER PROP
FPDS Organization Code
12H2-12305B
Source Organization Code
500033629
Last Updated
Oct. 5, 2024
Last Updated By
jennifer.l.peterson@usda.gov
Archive Date
Oct. 4, 2024