Medical Second Opinion (SECOP) Services and Medical Examination Services for the San Francisco District Office to support the Department of Labor (DOL) Office of Workers" Compensation Programs (OWCP) (№7243164)

03 apr

Number: 7243164

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


03-04-2018

Description


Medical Second Opinion (SECOP) Services and Medical Examination Services for the San Francisco District Office to support the Department of Labor (DOL) Office of Workers" Compensation Programs (OWCP)Solicitation Number: 1605DC-17-R-00013
Agency: Department of Labor
Office: Office of the Assistant Secretary for Administration and Management
Location: Office of Procurement Services

Solicitation Number: 1605DC-17-R-00013

Notice Type: Award

Contract Award Date: March 29, 2018

Contract Award Number: 1605DC-18-D-0004

Contract Award Dollar Amount: $4137435.00

Contractor Awarded Name: QTC MEDICAL SERVICES, INC.

Contractor Awarded DUNS: 167228357

Contractor Awarded Address: 21700 COPLEY DR STE 200
Diamond Bar, California 91765
United States

Synopsis: Added: Jun 13, 2017 3:15 pm The Department of Labor (DOL) Office of the Assistant Secretary for Administration and Management (OASAM) Office of Procurement Services (OPS) intends to issue a solicitation for Medical Second Opinion (SECOP) Services and Medical Examination Services for the San Francisco District Office.

The Government anticipates awarding a single indefinite delivery, indefinite quantity (IDIQ) Contract which will be utilized by placing Firm Fixed Price (FFP) Task Orders.
The requirement shall be posted under the North American Industry Classification System (NAICS) Code of 62111 - Offices of Physicians (except Mental Health Specialists) Services. The Small Business Size Standard for NAICS Code 621111 is $11 Million. The Product Service Code (PSC) for the requirement is Q999.


The requirement for Medical Second Opinion (SECOP) Services and Medical Examination Services for the San Francisco District Office will be an unrestricted competition. Large businesses will be required to submit a subcontracting plan.

The Government anticipates posting an amendment to this pre-solicitation notice to the Federal Business Opportunities ("FedBizOpps") website (https://www.fbo.gov/) by July 2017. The amendment will add the Request for Proposal. The solicitation may be downloaded from the FedBizOpps website listed above. No paper copy / hard copy of the solicitation will be distributed.


Prospective Offerors MUST be actively registered in the System for Award Management (SAM) to be eligible for award (NO EXCEPTION). The SAM website can be found at: www.sam.gov.


The Government anticipates that the period of performance for the contract will consist of a one 12-month Base Period and one 6-month Option Period.


DOL will use competitive acquisition procedures utilizing best practices for conducting a competitive procurement under Federal Acquisition Regulations (FAR) Part 15. Offers will be evaluated and the contract will be awarded based on the proposal representing the Lowest Price Technically Acceptable, "LPTA."


The evaluation factors and their relative importance will be stated in the solicitation. Issuance of the solicitation does not constitute an award commitment on the part of the Government, nor does it commit the Government to pay for costs incurred in the preparation and submission of proposals.


Communications and questions concerning this notice shall be submitted via e-mail only to the Contract Specialist, Roxanne Yorgason at [email protected] with a courtesy copy to the Contracting Officer, Myla Gale
at

[email protected].


Telephone requests and questions will not be accepted.

Added: Jun 29, 2017 10:14 am Clarifying questions are due to the Contract Specialist via email Clarifying questions are due to the Contract Specialist via email to [email protected] with a courtesy copy to the Contracting Officer, Myla Gale
at [email protected].

Questions must be received by the time and date identified in block 20 of the attached SF-1449 ("1605DC-17-R-00013 RFP" document).


Answers to the questions will be posted to this notice via amendment.

Proposals are due by the time and date identified in block 8 of the attached SF-1449 ("1605DC-17-R-00013 RFP" document).

Added: Jul 14, 2017 1:48 pm The purposes of Amendment 000001 (see attached form) are to:

1) provide the Government"s responses to the clarifying questions received (see the continuation pages that follow this SF-30 form); and

2) correct the first sentence of the first paragraph under the "Submission" section of Section L (page 110). This sentence is hereby changed to state: "The requirements are Volumes I - Technical Capability, Volume II - Past Performance and Volume III - Price. The Subcontracting Plan is to be submitted as a separate document/attachment in conjunction with Volume I - Technical Capability."

Added: Jul 26, 2017 7:37 am The purpose of Amendment 000002 (see attached form) is to add the "Certification and Acknowledgement Statement" (see attached page) to Solicitation 1605DC-17-R-00013.

The offeror must submit this Certification with their proposal, as a separate document.


Please consult the list of

document viewers if you cannot open a file. Solicitation 1 Type: Solicitation

Posted Date: June 29, 2017



1605DC-17-R-00013_RFP.pdf (785.23 Kb) Description: 1605DC-17-R-00013 RFP

PAST_PERFORMANCE_QUESTIONAIRE.docx (31.49 Kb) Description: MS Word Past Performance Questionnaire

Amendment 1 Type: Mod/Amendment

Posted Date: July 14, 2017



1605DC-17-R-00013_RFP_Amendment_000001.pdf (199.91 Kb) Description: Amendment 000001 of 1605DC-17-R-00013

Amendment 2 Type: Mod/Amendment

Posted Date: July 26, 2017



1605DC-17-R-00013_RFP_Amendment_000002.pdf (176.39 Kb) Description: 1605DC-17-R-00013 RFP Amendment 000002

Certification_and_Acknowledgement_Statement_1605DC-17-R-00013.docx (15.77 Kb) Description: MS Word Certification and Acknowledgement Statement



Contracting Office Address: 200 Constitution Avenue, NW
S-4307
Washington, District of Columbia 20210-0001
United States


Primary Point of Contact.: Roxanne Yorgason

[email protected]

Secondary Point of Contact: Kim L. Carr, Contracting Officer

[email protected] Phone: 2026934598