Solicitation Number:
FA8052-17-R-0001
Notice Type:
Combined Synopsis/Solicitation
Synopsis:
This is a combined synopsis/solicitation for commercial services 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; proposals are being requested and a written solicitation will not be issued.
The Request for Proposal (RFP) number FA5052-17-R-0001, Title is AFICA-AFMOA/SGHQ - Accreditation Surveys for Inpatient Medical Treatment Facilities (MTFs) and is supplemented with additional information included in Attachment 1 - Request for Proposal FA8052-17-R-0001 and Attachment 2 - Performance Work Statement (PWS) dated 14 December 2016. Provisions and clauses in effect through Federal Acquisition Circular 2005-85 are incorporated.
The U.S. Air Force - AFICA/AFMOA intends to solicit, negotiate and award to The Joint Commission (TJC) using the procedures in FAR Part 13.500 for certain commercial items. The requirement is to provide support of survey and accreditation services for specified MTFs within the Air Force Medical Service (AFMS) to meet mission requirements.
The resulting award will be made on SF 1449, for commercial services. The requirement meets the definition of a commercial item as defined under FAR part 2.101 as similar type services have been offered for sale, lease or license to the general public. In accordance with FAR 13.500, this action is under the $7 million dollar threshold with authorizes the use of simplified acquisition procedures for commercial items.
The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of 41 U.S.C., as implemented by FAR 13.500 - Simplified Procedures for Certain Commercial Items. The Department of Defense Manual (DoDM) 6025.13, entitled "Medical Quality Assurance (MQA) and Clinical Quality Management in the Military Health System (MHS)", dated 20 October 2013, requires that accreditation of all inpatient MTFs be performer by TJC or an accreditation source approved by the Assistant Security of Defense of Health Affairs (ASD) (HA). To date, ASD (HA) has only approved TJC who is also the incumbent for this requirement, as the only other source for this requirement. A determination by the Government not to compete this proposed contract from any other possible responses to this notice from non-approved ASD (HA) sources is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
The proposal shall be submitted not later than NLT 10:00 AM (CST) on Friday, 16 December 2016. The Government anticipates awarding a single contract on are about 16 December 2016. Should there be a conflict between this synopsis and the PWS, the PWS will take precedence. All numbers are estimates. The North American Industry Classification (NAICS) Code for this acquisition is 813920 (Professional Organization), with a business size standard of $15.0M.
The contract will be FFP & cost-reimbursement for travel, with a 12 month base period and four (4) - one year option, if all options are exercised. Clauses and provisions throughout this solicitation can be viewed by accessing website http://farsite.hill.af.mil/vffara.htm and https://www.acquisition.gov/. FAR provision 52.212-1 [Instructions to Offerors Commercial Items] applies to this acquisition to include the following addenda: The Offeror is cautioned that if selected for award, must be registered with the System for Award Management (SAM) program. The SAM can be accessed via the internet at www.sam.gov.Confirmation of SAM registration will be validated prior to awarding a contract.
This non-personal services requirement is for on-site accreditation inspections of all Air Force non-ambulatory MTFs world-wide, as well as, other tasks that help to ensure MTFs maintain a high level of quality care and service to all patients.
Addendum 1 to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008): Submission of Offers.
(a) General Instructions:
(i) Proposals are due no later than 10:00 AM local San Antonio, Texas time on 16 December 2016. Questions regarding this solicitation must be in writing and are due by 5:00 PM local San Antonio, Texas time on 15 December, 2016. Proposals and questions must be emailed to: [email protected]. The e-mail Subject line shall state the following: Questions/Proposals for the Accreditation of Healthcare, ATTN: Mark Ingle and Trichelle Mayfield-Flagg, AFICA
773rd ESS/PKB.
(ii) The point of contact responsible for supplying additional information and answering all inquiries is the
Contracting Officer via the Contract Specialist.
(iii) Do not send as an executable or .exe file. Email size shall not exceed five megabytes. Documents may be compressed (zipped) using WinZip 8.1 or later version. Any corrupted file or media containing a virus could result in the offer not being considered for award.
(iv) Software Compatibility. Use a word processing and spreadsheet program compatible with
Microsoft ® Word 2010 ® and Microsoft ® Excel 2010 ®. PDF is Adobe ® Portable
Document Format.
(v) Submit offer as follows:
Provide also provide the following business information:
a. DUNS
b. Company Name
c. Company Address (including point of contact, phone number and email address)
d. Type/Size of company, NAICS code as validated via the System For Award Management (SAM)
The following documents are attached:
1. Attachment 1 - RFP FA8052-17-R-0001
2. Attachment 2 - Performance Work Statement dated 14 December 2016
A pricing proposal shall be submitted as follows:
a. Data cost breakdown to include labor rates/hours and profit, to support the FFP costs, categories, and descriptions, as to allow the government to conduct a thorough pricing evaluation. This will also include such documents as current commercial pricing lists (annual fees), pricing methods/schedules, etc. This data submitted by TJC at a minimum shall support the prices at which the same item or similar items/services have previously been sold, for determining the reasonableness of the price.
b. Any proposed travel cost stated in the RFP shall be not-to-exceed (NTE) amounts per Joint Travel
Regulation rates. The Contractor proposal should reflect the travel amounts for the base year, and all
subsequent option periods. And no other cost for travel will be evaluated. If the proposed travel does
exceeds the NTE amounts, please provide supporting documents such as commercial pricing lists to
substantiate the amounts.
c. The pricing established for Option Year Five (5) will only be utilized for evaluation purposes as possible extension of services as prescribed in FAR Clause 52.217-8, Option to Extend Services for Option Five (5).
d. Proposed schedule is provided and is subject to change.
e. If applicable, supporting documentation in the form of copies of competitive quotes if received from vendors (2 or more required), sole source justification, catalog cut-sheets, published price lists, etc.
This requirement is currently being performed under contract FA8052-12-C-0018 with TJC.
Contracting Office Address:
Attn: Mark Ingle, Contract Specialist
773 ESS/PKB - Port San Antonio
3515 S. General McMullen
San Antonio, TX 78226
PH: 210-395-9549
FAX: 210-395-9864
E-mail: [email protected]
Place of Performance:
See descriptive list above on the various MTFs in Appendix E of the PWS
Primary Point of Contact:
Trichelle Mayfield-Flagg
E-mail: [email protected]
Phone: 210-395-9393