Best Value Trade-Off
Using FAR 13 and FAR Part 12 Procedures
- 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. The contract is a nonpersonal health care services contract, as defined in 37.101, under which the contractor is an independent contractor;
- The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment); The contractor is required to indemnify the Government for any liability producing act or omission by the contractor, its employees and agents occurring during contract performance; The contractor shall maintain medical liability insurance, in a coverage amount acceptable to the contracting officer, which is not less than the amount normally prevailing within the local community for the medical specialty concerned; The contractor is required to ensure that its subcontracts for provisions of health care services, contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance.
2.0 The combined synopsis is issued as a Request for Quote (RFQ) under solicitation number: W50S9C-25-Q-A009
3.0 This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02 (22 January 2024).
- Small Business Set-Aside: 100%; Applicable Size Standard is $12.5M
- NAICS Code: 621340
- Product or Service Code (PSC): Q518
- Posting Date: 1 July 2025; Questions due by 1300 am EST on 15 July 2025. Questions received after that time will not be answered. Answers provided on or about 21 July 2025.
- Response Date: 31 July 2025 1300 EST
9.0 Contracting Office: 158 Mission Support Contracting South Burlington VT 05403.
10.0 Government Points of Contact: Contracting Officer: James Yoshikawa [email protected], alternate Kristen Lucey [email protected].
- Line-item number(s) and items, quantities, and units of measure:
<<<See document titled “25QA009 Pricing Workbook”>>>
- Description of requirements for the services to be acquired:
Attachment 1: PWS
Date(s) and place(s) of delivery and acceptance and FOB point:
- September 25 – 22 September 2026
13.0 Provision 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services, and addendum applies to this acquisition.
- Offerors shall include a completed copy of 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services with its quote.
- FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services applies to this acquisition.
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition. See clause below, in full text, for list of additional applicable clauses.
- Additional contract provisions and clauses are applicable and included below.
- Defense Priorities and Allocations Systems (DPAS) Rating: Not rated.
- This Request for Quotation (RFQ) is being issued to establish a Firm Fixed Price (FFP) Purchase order. This solicitation requires vendors to submit fixed unit pricing for each CLIN. The Government intends to make one award as a result of this RFQ.
In Accordance with 52.232-18 Availability of Funds: Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available.
“Award will be made to the offeror who represents the best value to the Government as outlined in accordance with the criteria set forth within the solicitation. No contact award will be made until appropriated funds are made available.”