Occupational Health Exams (2024)
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Jul 18, 2024 12:11 pm PDT
- Original Date Offers Due: Jul 31, 2024 02:00 pm PDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Aug 15, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: Q999 - MEDICAL- OTHER
- NAICS Code:
- 621999 - All Other Miscellaneous Ambulatory Health Care Services
- Place of Performance: Camp Murray , WA 98430USA
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in FAR subpart 12.6, 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.
Solicitation number FY24-12106985 is hereby issued as a Request for Quote (RFQ). The
Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05, Dated 22 May 2024 and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20240530. It is the contractor’s responsibility to become familiar with applicable clauses and provisions. This acquisition is 100% set aside for Small Business under North American Industry Classification Standards (NAICS) code 611519.
This RFQ is for a Firm Fixed Price (FFP) contract. The Government intends to award a contract to a qualified vendor deemed responsive in accordance with the Federal Acquisition Regulation (FAR) Part 12, whose quote conforms to all of the RFQ's requirements and is judged to represent the Best Value to the Government. A best value to the government under FAR Part 13 allows the contracting officer broad discretion to evaluate offers based on price and non-priced factors. The Government will award a single firm fixed-price contract resulting from this RFQ based on price (fair and reasonable) and past performance. Delivery of requirements will be FOB destination. This office will consider any late quotes or any late revisions of quotes as non-responsive.
ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor's responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.
Government POC: Government POC will be provided at time of award. Any changes must be coordinated through the government POC and approved in writing by the Contracting Officer.
Responses must be submitted in writing no later than 31 July 2024 at 2:00 P.M. (Pacific Time) to dennis.k.jutras.civ@army.mil. All questions regarding this RFQ must be submitted by email no later than 24 July 2024, with anticipated responses by 26 July 2024.
*ALL QUESTIONS MUST SUBMITTED IN WRITING (EMAIL)*
*CLIN level pricing and total proposed contract value must be fully burdened - inclusive of all travel, equipment, and personnel requirements necessary to conduct exams. Any services NOT provided should be discounted when invoicing based on the pricing listed in the attached RFQ Pricing Attachment.
Description of Requirement
CLIN 0001: OCCUPATIONAL HEALTH EXAM SERVICES – FMS #3
**IAW the attached PWS – Firm Fixed-Price (FFP)
Base Period: 15 August 2024 – 31 December 2024
CLIN Total $_____________
CLIN 0002: FMS #3 Mobilization Fee
**One Time Fee
CLIN Total $_____________
CLIN 0003: OCCUPATIONAL HEALTH EXAM SERVICES – FMS #5
**IAW the attached PWS – Firm Fixed-Price (FFP)
Base Period: 15 August 2024 – 31 December 2024
CLIN Total $_____________
CLIN 0004: FMS #5 Mobilization Fee
**One Time Fee
CLIN Total $_____________
CLIN 0005: OCCUPATIONAL HEALTH EXAM SERVICES – AASF #2
**IAW the attached PWS – Firm Fixed-Price (FFP)
Base Period: 15 August 2024 – 31 December 2024
CLIN Total $_____________
CLIN 0006: AASF #2 Mobilization Fee
**One Time Fee
CLIN Total $_____________
CLIN 0007: OCCUPATIONAL HEALTH EXAM SERVICES – MATES
**IAW the attached PWS – Firm Fixed-Price (FFP)
Base Period: 15 August 2024 – 31 December 2024
CLIN Total $_____________
CLIN 0008: MATES Mobilization Fee
**One Time Fee
CLIN Total $_____________
TOTAL QUOTED CONTRACT VALUE: $___________________
**All CLINs will be funded within fiscal year the options are exercised.
Extended Description
Please see Performance Work Statement (PWS) for full details of training requirement. Offeror’s quote must be a single firm fixed-price inclusive of all materials, labor requirements, administrative costs, etc.
*Service Contract Act Wage Determinations Apply – Location specific wage determinations may be found at: https://sam.gov/content/wage-determinations
PROVISIONS AND CLAUSES
Clauses may be accessed electronically in full text through http://www.acquisition.gov. Contractors must be actively registered with SAM at http://www.sam.gov, at Wide Area Work Flow (WAWF) at http://wawf.eb.mil.
FAR 52.204-7, System for Award Management Registration
FAR 52.204-9, Personal Identity Verification of Contractor Personnel
FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards
FAR 52.204-16, Commercial and Government Entity Code Maintenance
FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
FAR 52.211-6, Brand Name or Equal (IF APPLICABLE)
FAR 52.212-1, Instructions to Offerors-Commercial Items
FAR 52.212-2, Evaluation-Commercial Items Evaluation. 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, technically acceptability and delivery time of all items “all or none” is the evaluation criteria. This is a best value decision.
FAR 52.212-3 ALT I, Offerors Representation and Certifications Commercial Item or complete electronic annual representations and certifications at http//orca.bpn.gov
FAR 52.212-4, Contract Terms and Condition-Commercial Items
FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Item are incorporated by reference, however, for paragraphs (b) and (c) the following clauses apply
FAR 52.219-6, Notice of Total Small Business Set-Aside
FAR 52.219-28, Post Award Small Business Representation
FAR 52.222-3, Convict Labor
FAR 52.222-19, Child Labor—Cooperation with Authorities and Remedies
FAR 52.222-21, Prohibition of Segregated Facilities
FAR 52.222-26, Equal Opportunity
FAR 52.222-36, Affirmative Action for Workers with Disabilities
FAR 52.222-50, Combating Trafficking in Persons
FAR 52.223-5, Pollution Prevention and Right to Know Information
FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving
FAR 52.225-13, Restrictions on Certain Foreign Purchases
FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration
FAR 52.232-39, Unenforceability of Unauthorized Obligations
FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors
FAR 52.233-3, Protest after Award
FAR 52.233-4, Applicable Law for Breach of Contract Claim
FAR 52.237-1, Site Visit
FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation
FAR 52.252-2, Clauses Incorporated by Reference – SEE http://farsite.hill.af.mil
DFARS 252.201-7000, Contracting Officer’s Representative
DFARS 252.203-7000, Requirements Relating to Compensation of Former DOD Officials
DFARS 252.203-7005, Representation Relating to Compensation of Former DOD Officials
DFARS 252.203-7998, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements
DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls.
DFARS 252.204-7012, Safeguarding of Unclassified Controlled Technical Information
DFARS 252.204-7015, Disclosure of Information to Litigation Support Contractors
DFARS 252.207-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting.
DFARS 252.209-7992, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under Any Federal Law
DFARS 252.211-7003 Item Unique Identification and Valuation.
DFARS 252.212-7000, Offeror Representations and Certifications – Commercial Items
DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items
DFARS 252.223-7006, Prohibition on Storage and Disposal of Toxic and Hazardous Materials
DFARS 252.225-7000, Buy American Act—Balance of Payments Program Certificate
DFARS 252.225-7001, Buy American Act and Balance of Payments Program
DFARS 252.232-7003, Electronic Submission of Payment Requests (WAWF instructions provided at time of award)
DFARS 252.232-7010, Levies on Contract Payments
DFARS 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel
DFARS 252.244-7000, Subcontracts for Commercial Items
DFARS 252.247-7023 ALT III, Transportation of Supplies by Sea—Alt III
Submission of Invoices
In accordance with FAR clause 52.212-4(g) the contractor shall submit all invoices electronically utilizing Wide Area Workflow (WAWF). Procedures for using WAWF are found in DFARS clause 252.232-7003 Electronic Submission of Payment Requests.
Attachments/Links
Contact Information
Contracting Office Address
- KO FOR WAARNG DO NOT DELETE BLDG 32 QUARTERMASTER RD CP MURRAY
- TACOMA , WA 98430-5170
- USA
Primary Point of Contact
- Dennis Jutras
- dennis.k.jutras.civ@army.mil
- Phone Number 5095322874
Secondary Point of Contact
History
- Jul 31, 2024 08:55 pm PDTCombined Synopsis/Solicitation (Updated)
- Jul 23, 2024 11:54 am PDTCombined Synopsis/Solicitation (Updated)
- Jul 23, 2024 11:19 am PDTCombined Synopsis/Solicitation (Updated)
- Jul 18, 2024 12:11 pm PDTCombined Synopsis/Solicitation (Original)