Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2014 FBO #4718
SOLICITATION NOTICE

Q -- Audiology Services - FAR 52.212-3 - RFQ-15-RB-010 - FAR 52.212-5 - FAR 52.204-9 - FAR 52.216-18-21 - FAR 52.212-1 - FAR 52.212-4

Notice Date
10/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621340 — Offices of Physical, Occupational and Speech Therapists, and Audiologists
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-15-RB-010
 
Archive Date
11/13/2014
 
Point of Contact
Deana M. Thompson, Phone: 6057473690, Craig J. Wells, Phone: 6052267240
 
E-Mail Address
deana.thompson@Ihs.gov, craig.wells@ihs.gov
(deana.thompson@Ihs.gov, craig.wells@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-4 FAR 52.212-1 FAR 52.216-18-21 FAR 52.204-9 FAR 52.212-5 RFQ PACKAGE FAR 52.212-3 THIS SOLICITATION IS AN UNRESTRICTED SOLICITATION. Audiology Services for the Rosebud IHS Hospital, Rosebud, South Dakota. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355) & FAR 37.4, Non-personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C.253). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Great Plains Area Indian Health Service (IHS) intends to award a firm fixed-price, non-personal service, requirements type of contract, commercial item, contract in response to Request for Quote (RFQ) -15-RB-010. This is an unrestricted solicitation. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. The associated North American Industry Classification System code is 621340 and the Small Business size standard is $7.0 million. The contract resulting from this solicitation is a requirements type of contract. A requirements contract does not obligate any funds. Funds will be obligated on as a needed basis and placed against this contract through the issuance of Delivery / Task Orders. Orders may be submitted electronically, facsimile, or hard copy. Period of performance: Base Year of this contract will be from "Date of Award" through October 31, 2015 with four Options. Option Year 1 is from November 1, 2015 through October 31, 2016 Option Year 2 is from November 1, 2016 through October 31, 2017 Option Year 3 is from November 1, 2017 through October 31, 2018 Option Year 4 is from November 1, 2018 through October 31, 2019 SECURITY CLEARANCE: erformance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov. As soon as practicable prior to the start of work, the performance of the work the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour or Cost Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s). Contractor will need a DUNS number, TIN number and be registered with www.SAM.gov PURPOSE OF CONTRACT: See attached Statement of Work. Location is at the Rosebud IHS Hospital, 400 Soldier Creek Road, Rosebud, South Dakota 57570. PRICE SCHEDULE (SF-18): Audiology Services - the quoted unit pricing must be an all inclusive cost (to include but not be limited to transportation, food, lodging, per diem, and fringe benefits). The contractor is responsible for all associated costs for providing Audiology Services. 1. Complete attached Standard Form 18. Attached are the Federal Acquisition Regulations (FAR) and the Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following: FAR 52.204-9 - Personal Identity Verification of Contractor Personnel (January 2011): FAR 52.212-1 - Instructions to Offerors - Commercial Items (February 2012): Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include: 1. Solicitation number RFQ-15-RB-010 2. Closing date of October 29, 2014 at 11:00am CST 3. Name, address, telephone number of the offeror and email address of the contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include documents, if necessary; 5. Licensure and Certification, and Experience 6. Price schedule, as stated on SF-18 7. "Remit to" address, if different than mailing address; 8. A completed copy of the representations and certifications at FAR 52.212-3; 9. Acknowledgement of Solicitation Amendments; 10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (April 2012) - See attachment for full text and instruction for completion. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (February 2012) - See attachment; in by reference FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) - See attachment for full text. 52.216-18 Ordering - (October 1995) - See attachment for full text FAR 52.216-21 Requirements - (OCT 1995) - See attachment for full text Offers will be accepted electronically, Submit to the following: Great Plains Area Indian Health Service Deana Thompson, Supervisory Contract Specialist 400 Solider Creek Road Rosebud, South Dakota 57570 e-mail: deana.thompson@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-15-RB-010/listing.html)
 
Place of Performance
Address: 400 Soldier Creek Road, Rosebud, South Dakota, 57570, United States
Zip Code: 57570
 
Record
SN03556782-W 20141025/141023234341-ff4e82ad2eff9551874e486b7bfeb2aa (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.