Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2013 FBO #4207
SOLICITATION NOTICE

R -- Urban Indian Health Review Manual - Package #1

Notice Date
5/30/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
13-236-SOL-00031
 
Archive Date
6/28/2013
 
Point of Contact
Irisneia Merscher, Phone: 3014435774
 
E-Mail Address
iris.merscher@ihs.gov
(iris.merscher@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 002 - Urban Indian Health Program Review Manual Attachment 001 - Statement of Work i) 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; proposals are being requested and a written solicitation will not be issued. The award will be made using FAR 13 procedures. (ii) Solicitation number 13-236-SOL-00031 applies and is issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66, dated April 1, 2013. (iv) The North American Industry Classification System (NAICS) code is 541611 and the business size standard is $14.0 Million. This acquisition is 100% small business set-aside. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. The Indian Health Service intends to award a Firm Fixed Price purchase order resulting from this solicitation. (v) The IHS, Office of Urban Indian Health Programs requires revision of the Urban Indian Health On-Site Program Review Manual. It is the intent of the government to establish a purchase order to provide these services. CLIN 0001 - Revision of the "Urban Indian Health On-Site Program Review Manual and Appendix". See attached Statement of Work (SOW) for information on material to be reviewed. (vi) See attached Statement of Work (SOW) (vii) See attached Statement of Work (SOW) (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and delivery in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Vendor's quote shall include their quoted firm-fixed priced the review of manual. In addition to the price quote, the vendor shall also provide information that demonstrates capability to perform the service and resume of the person who will be performing the review. Vendor shall provide any pertinent certifications and credentials. Failure to provide these items may cause the Contracting Officer to deem the quote package incomplete and ineligible for award. Selection of the firm to perform this Contract will be based on IHS' assessment of the best value to the Government. Award will be made based on other than price related factors. The evaluation and award procedures in FAR 13.106-2 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2012). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certifications electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision and return it with their offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (January 2013). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)); 52.233-3 Protest After Award; 52.233-4 Applicable Law for Breach of Contract Claim;52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving;; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires. (xiii) HHSAR 352.239-73 Electronic information and technology accessibility. (xiv) n/a (xv) Due date for submissions is 06/13/2013, 5:00 pm ET. All questions should be submitted in writing to Iris.Merscher@ihs.gov. Cut off for questions are 06/10/2013, 5 pm ET. Any questions received and their subsequent answers will be posted on FBO.gov. Due to possible fax and email transmission problems it is the contractor's responsibility to verify receipt of quote. (xvi) POC is Iris Merscher, Contract Specialist, 301-443-4938.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/13-236-SOL-00031/listing.html)
 
Record
SN03076026-W 20130601/130530235630-8c6223f3e7ff542271462ed5b336c8f4 (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.