Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

S -- Security Guard Services at Wewoka Indian Health Center - Temporary Waiver of Character Investigation - SF 1449 - DOL wage determination - Declaration for Federal Employment

Notice Date
3/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-10-Q-0023
 
Point of Contact
Jennifer Farris, Phone: 405-951-3893
 
E-Mail Address
jennifer.farris@ihs.gov
(jennifer.farris@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Declaration for Federal Employment DOL wage determination SF 1449 - use to submit quote Temporary Waiver of Character Investigation This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Quotes (RFQ) # 246-10-Q-0023 and is a 100% small business set aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38, effective February 1, 2010. The associated NAICS code is 561612, with a standard business size of $18.5 M. This acquisition may be subject to the Service Contract Act (SCA). Wage Determination No. 2005-2432, Revision No. 11 is attached. Contractor shall provide a firm, fixed-price (all inclusive to include travel and per diem) hourly rate for 2400 hours for security guard services. The Indian Health Service (IHS) intends to award a firm, fixed-priced contract for a period of one year. Propose pricing for the period of May 3, 2010 through May 2, 2011, using the attached SF 1449. DESCRIPTION OF REQUIREMENTS: The Contractor shall provide security services at the Wewoka Indian Health Center located in Wewoka, Oklahoma. Services will be provided May 3, 2010 through May 2, 2011, or until completion of controlled access for facility at which time the contract will cease after a 30 day notice from CEO. SERVICES TO BE PROVIDED: A. The contractor must provide services required to perform under this contract. The security company will provide one (1) un-armed officer at our facility during the following hours. Monday through Friday 7:15 a.m. thru 5:15 p.m. 1st Thursday of each month 5:00 p.m. thru 7:00 p.m. B. The contractor must provide 3 days of onsite training for the officer as well as annual training. C. The contractor must provide the officer with a uniforms and necessary equipment needed to provide security services onsite. REPORTS: The officer will provide direct reports to the CEO of the Wewoka Indian Health Center if urgent matters occur or upon request. QUALIFICATIONS AND PERSONNEL: A. The contractor must provide an officer that: (1) is CLEET certified (2) has completed a federal background check successfully. B. In the event of absences, the contractor must provide replacement personnel in the event of illness or absence. C. The government assumes no responsibility for negligent acts of the contractor. Therefore, the contractor is responsible for obtaining $1 million of general liability insurance coverage. The contractor will keep harmless and indemnify the government against any or all loss, cost, damage, claim expense or liability whatsoever as a result from the performance of this contract. GOVERNMENT FURNISHED PROPERTY AND SERVICES: A. The Wewoka Indian Health Center will provide adequate space for contractor to perform procedures. B. The contractor will supply equipment to be used. INVOICES SUBMISSION: The contractor shall submit invoice to: Division of Financial Management Oklahoma City Area Indian Health Service 701 Market Drive Oklahoma City, OK 73114 The contract agrees to include the following information on each invoice: A. Contractor's name; B. Invoice date; C. Purchase order number or services rendered or goods delivered; D. Description; E. Quantity of services rendered or goods delivered; F. Cost per price; G. Payment terms; H. Where applicable - name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. INVOICE PAYMENT: Payment will be made on this purchase order as close as possible to, but not later than thirty (30) calendar days after an invoice containing the required information set forth in the invoice submission article of this contract is received in the payment office designated in this contract. An invoice will be deemed to have been received on the later of: The date the invoice is actually received in the designated payment office, or the date on which the government accepts the property or service required under this purchase order. Unless a different time period is stated elsewhere in this contract, inspection/acceptance required by this contract will be completed by the government not later than five (5) government working days after the services are rendered or the goods are delivered. The date of the check issued in payment or the date of payment by wire transfer through the Treasury Financial Communications System shall be considered to be the date payment is made. CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (June 2008), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" form (2) verification of liability insurance and (3) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov). In order to be determined acceptable, quotes must include completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" forms. If offeror fails to complete and return the forms, the quote will be rejected as unacceptable. The successful offeror shall be required to complete the following background investigation forms: SF 85, Questionaire for non-sensitive Positions and SF 87, Finger Print Forms. The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to a purchase order from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price; (2) qualifications; (3) past performance; and (4) proof of liability insurance coverage. All factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2009) or indicate certifications in ORCA at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.203-6 Restriction on Subcontractor Sales to the Government (Sept 2006), 52.204-7 Central Contractor Registration (April 2008), 52.204-8 Annual Representations and Certifications (Feb 2009), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52-212.1 Instructions to Offerors-Commercial Items (June 2008), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352.202-1 Definitions (Jan 2006), 352.215-1 Instructions to offerors-Competitive acquisition, 352.223-70 Safety and Health (Jan 2006), 352.224-70 Confidentiality of Information (Jan 2006), 352.270-12 Pro-Children Act (Jan 2006), 352.270-13 Tobacco-Free facilities (Jan 2006), 352.270-2 Indian Preference (Apr 1984), 352.270-3 Indian Preference Program (Jan 2006), 352.270-11 Privacy Act (Jan 2006), 352.270-12 Pro-Children Act of 1994 (Jan 2006), 352.270-13 Tobacco-free Facilities (Jan 2006), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (June 2009) applies to this acquisition. The following FAR and HHSAR clauses apply: 52.219-6 Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Quotes are due by 4:30 pm CST, March 26, 2010, 2009, and must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Suite 242A, Oklahoma City, OK 73114, Attn: Jennifer Farris. FAXED QUOTES ARE NOT ACCEPTED. Questions concerning this solicitation may be addressed to Jennifer Farris at 405-951-3893. Contracting Office Address: 701 Market Drive, Suite 242A, Oklahoma City, OK 73114. Place of Performance: Oklahoma City Area of the Indian Health Service United States Primary Point of Contact: Jennifer Farris, Contract Specialist, jennifer.farris@ihs.gov Phone: (405) 951-3893 Fax: (405) 951-3771.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-10-Q-0023/listing.html)
 
Place of Performance
Address: Wewoka Indian Health Center, PO Box 1475, Wewoka, Oklahoma, 74884, United States
Zip Code: 74884
 
Record
SN02090898-W 20100314/100312235342-8763221ea90b27bb4cedc81a0ca53d0b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.