Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOLICITATION NOTICE

G -- Funeral and Burial Services

Notice Date
6/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812210 — Funeral Homes and Funeral Services
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
17-258-SOL-00021A
 
Archive Date
7/15/2017
 
Point of Contact
Charisse Whitney, Phone: 225-256-3785, Jennifer Lohmeier, Phone: 301-443-5592
 
E-Mail Address
cwhitney@hrsa.gov, jlohmeier@hrsa.gov
(cwhitney@hrsa.gov, jlohmeier@hrsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: Combined Synopsis/Solicitation Solicitation Number: 17-258-SOL-00021 Release Date: June 15, 2017 Date, Time and Place Where Offers are Due: June 30, 2017 at 2:00PM (Eastern Time) CWhitney@hrsa.gov Product Service Code: G001 NAICS Code: 812210 Contracting Office Address National Hansen's Disease Programs 1770 Physicians Park Drive Baton Rouge, LA 70816 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation document will not be issued. The Health Resources and Services Administration (HRSA) is contemplating the issuance of a single award Blanket Purchase Agreement pursuant to Federal Acquisition Regulation (FAR) Part 13. This combined synopsis/solicitation (17-258-SOL-00021) is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. This acquisition is a 100% small business (SB) set-aside. This is a Firm-Fixed Price Requirement. The Government is not responsible for payment exceeding the award amount. SECTION 1- Supplies or Services/Prices 1.1 STATEMENT OF WORK (SOW) BACKGROUND The National Hansen's Disease Programs (NHDP), Baton Rouge, LA, is a specialized Federal medical program for the treatment of persons with Hansen's Disease. The NHDP, operated by the Federal Government since 1921, has a statutory responsibility to provide care for patients with Hansen's Disease (HD) in the United States. PURPOSE/GENERAL DESCRIPTION The purpose of this requirement is to provide funeral and burial services for the remaining seven long-term HD patients currently living in a nursing home in Baton Rouge, LA. TASKS The Contractor shall provide the burial with church service and shall include the following: 1. Pick up the deceased patient at the place of death within six (6) hours of the death, after being notified by the St. Clare Manor Nursing Home staff or NHDP staff. 2. Transport the body of the deceased to its place of business to prepare the body for burial. 3. Embalm the body and provide dressing, hair and make-up services. 4. Provide a basic wooden or metal casket. 5. Dig grave and prepare area for gravesite service at the Carville Cemetery on the campus of the G.W.L. Center prior to the funeral church service. 6. Transport the patient in the casket to the Catholic Chapel at the G.W.L Center at Carville, Louisiana or a church within a 40-mile radius, depending on which location is chosen by the patient for the church funeral service. The Contractor shall provide two on-site personnel to coordinate the funeral services. 7. Transport the casket to the Carville Cemetery on the campus of the G.W. L Center at the completion of the church service. Note: If pallbearers are required, NHDP will attempt to identify six pallbearers from the family or friends of the deceased. If six pallbearers cannot be located, the funeral provider staff who are present shall assist. 8. Place the casket in the ground and recover the gravesite after a brief graveside service and after all family and friends of the deceased have left the graveside. 9. Coordinate burial plans with the Social Work Department of NHDP. The Social Work Department will coordinate funeral plans with the priest, family members, and the G.W.L. Center. The church service and burial shall occur on the same day. Offerors must be an approved member of the Louisiana State Board of Embalmers and Funeral Directors licensing board. 1.2 Type of Order The Government will place firm fixed price Call Orders against this BPA. Separate funding will be provided for each Call Order. 1.3 Authorized Callers Only a HRSA Contracting Officer (CO) has the authority to issue Call Orders under this BPA. 1.4 Severable/Non-Severable Services The services to be acquired under this BPA will be for non-severable services that will be specified at the Call Order level. Funds are only available for use for the line item to which they are obligated. 1.5 BPA Estimated Threshold The Government estimates, each individual purchase under the BPA shall not exceed $15,000 and the total ceiling amount of the BPA is $60,000. 1.6 Pricing The Call Order price must be inclusive of all direct and indirect costs to the Contractor. The Contractor shall not exceed the rates listed below when providing quotes for individual Call Orders for each period of performance. The tables below list the unit per price per funeral and burial. Maximum Price Base Period Unit Price Per Funeral/Burial $ Option Period One Unit Price Per Funeral/Burial $ Option Period Two Unit Price Per Funeral/Burial $ Option Period Three Unit Price Per Funeral/Burial $ Option Period Four Unit Price Per Funeral/Burial $ SECTION 2 - Delivery Tickets A requirement that all shipments under the agreement, except those for newspapers, magazines, or other periodicals, shall be accompanied by delivery tickets or sales slips that shall contain the following minimum information: (i) Name of supplier. (ii) BPA number. (iii) Date of purchase. (iv) Purchase number. (v) Itemized list of supplies or services furnished. (vi) Quantity, unit price, and extension of each item, less applicable discounts (unit prices and extensions need not be shown when incompatible with the use of automated systems, provided that the invoice is itemized to show this information). (vii) Date of delivery or shipment. SECTION 3 - Performance and Deliverables 3.1 Period of Performance The period of performance of this BPA shall be a base period of twelve (12) months with four (4) twelve (12) month option periods. The option periods may be exercised in accordance with FAR Clause 52.217-9 Option to Extend the Term of the Contract (MAR 2000). The period of performance shall commence with the effective date of the BPA. Each Call Order issued under this BPA will specify the period of performance for the work to be performed under that Call Order. 3.2 Place of Performance The place of performance is anticipated to be at St. Clare Manor Nursing Home, 7425 Bishop Ott Drive, Baton Rouge, LA, 70806, where the long-term patients resides. Other possible pick up locations of the body could be at the hospital, doctor's office, or clinic located in the Baton Rouge area. The preparation of the body will take place at the funeral provider's place of business. The funeral church service shall take place at either the Carville Catholic Chapel on the campus of the G.W. Long Center or another church within a 25-mile radius church, depending on the wishes of the deceased. SECTION 4 - Request for Quote Procedures and Call Order Issuance 4.1 Request for Quote (RFQ) Procedures The following ordering procedures shall apply to all Call Orders issued under this BPA. Call Orders shall be issued in accordance with and the procedures as described below. Only an authorized HRSA Contracting Officer can issue a Call Order under this BPA. No work will be performed and no payment will be made except as authorized by a signed Call Order. All Call Orders are subject to the terms and conditions of the BPA. 4.2 BPA Call Order Procedures A. The Contractor shall be provided with a Request for Services, and other additional instructions as needed for each individual BPA call Order to be issued under this contract. These documents, collectively referred to as a BPA Call Order will be issued by e-mail. B. The Contractor shall be required to submit a price for each BPA call order request issued under this BPA. C. The Government reserves the right to issue a unilateral BPA call order. 4.3 Call Order Issuance Each Call Order awarded under this BPA shall contain the following minimum information:  Date of Call Order award;  BPA Number and Call Order number;  Call Order type - fixed-price  Total price of Call Order;  Accounting and appropriation data; and  Period of Performance. SECTION 5 - BPA Administration Data 5.1. Authorities of Government Personnel Notwithstanding the Contractor's responsibility for total management during the performance of this BPA, the administration of the BPA will require coordination between the Government and the Contractor. The following individuals will be the Government's points of contact during performance of the BPA. Each Call Order will be signed by a HRSA Contracting Officer. The Contractor shall contact the Contracting Officer for each individual Call Order for any issues regarding the specific Call Order. The individuals identified below are designated for the base BPA and all subsequent call orders. 1. BPA Contracting Officer: Jennifer Lohmeier, Contracting Officer HRSA/OO/OAMP/DPCHIS 5600 Fishers Lane, 14W25D Rockville, MD 20857 Office: 301-443-5592 Email: Jlohmeier@hrsa.gov Note: The HRSA Contracting Officer is the only individual authorized to modify this BPA. The Contracting Officer is responsible for administrative and contractual issues concerning this BPA. 2. BPA Purchasing Agent All communication pertaining to administrative matters under this BPA shall be directed to: Charisse Whitney National Hansen's Disease Programs 1770 Physicians Park Drive Baton Rouge, LA 70816 Office: 225-756-3785 Mobile: 225-907-0692 Fax: 225-756-3786 Email: CWhitney@hrsa.gov 3. BPA and Call Order Contracting Officer's Representative (COR) Pamela S. Bartlett National Hansen's Disease Programs 1770 Physicians Park Drive Baton Rouge, LA 70816 Office: 225-756-3723 Email: PBartlett@hrsa.gov 5.2. Call Order COR Responsibility Technical Direction - The designated COR will provide the necessary information, direction, and coordination within the confines of the existing contractual work description in order for the Call Order to have a successful outcome for the government. This includes providing technical direction to the Contractor to guide the effort in order to accomplish the Call Order statement of work. This may include providing information to the Contractor for assistance in the interpretation of government provided information, specifications or technical portions of the work description, and where required by the BPA/Call Order, review and approval of product deliverables of the Contractor to the Government under the BPA/Call Orders. 5.3. Restrictions on the CORs Direction given by the COR to the Contractor must be within the parameters of the Statement of Work as stated in the BPA/Call Orders. The COR may not issue any direction to the Contractor that: 1. Solicits a quote, OR 2. Constitutes an assignment of additional work outside the Statement of Work of this BPA/Call Order, OR 3. In any manner causes an increase in the total Call Order cost/price or the time required for Call Order performance, OR 4. Changes any of the express terms, conditions, or specifications of the BPA/Call Order (i.e., changes in the cost/price or scope of work, instructions to start or stop work, approval of any actions that will result in additional charges to the Government). 5.4. Invoicing Instructions • Invoice/Vouchers You must be able to accept electronic payments and you must be registered in the System for Award Management (SAM) database (http://www.sam.gov). Your DUNS number and banking information must be current. Keep in mind that you must make changes in SAM if your bank merges with another bank or you change banks. You are responsible for updating the data in the SAM database and for re-registering before your expiration date. SAM will notify users by e-mail that their file is due to expire beginning 60 days prior to expiration, then 30 days and finally 15 days before expiration. The Contractor shall submit a separate invoice(s) for each Call Order issued under this BPA and shall adhere to the following: Submitting Request for Payment: The contractor shall submit payment requests to the below address using Standard Form 1034, Public Voucher for Purchases and Services Other Than Personal. Supporting documentation necessary to substantiate your request may be submitted along with the SF 1034. Mail Invoices To: National Hansen's Disease Programs Attention: Finance Department 1770 Physicians Park Drive Baton Rouge, LA. 70816 Submit the SF 1034 and all supporting documentation. An electronic copy of the SF1034 in PDF format may be found at www.gsa.gov/portal/forms/download/115462. Complete the SF 1034 following the directions below: • In block entitled, Voucher No., enter the number of the voucher. • In block entitled, U.S. Department, Bureau or Establishment and Location enter: National Hansen's Disease Programs Contracting Office 1770 Physicians Park Drive Baton Rouge, LA 70816 • In the block entitled, Date Voucher Prepared, enter the date the voucher is prepared. • In the block entitled, Contract Number and Date, enter the contract number under which reimbursement is claimed and the date the contract was signed. If billing for work done under a task order or BPA call, enter the contract number or Blanket Purchase Agreement number against which the order or call was issued. If you are simply billing for deliverables under a Purchase Order, leave this block blank and enter the order number in the block entitled, Number and Date of Order. • In the block entitled, Requisition Number and Date, leave blank. • In the block entitled, Payee's Name and Address, enter the name and address as it appears on the contract. In the case of assignment of claims, also supply the remit to address of the organization to which payments are assigned. Enter the DUNS number in this block. • In the block entitled, Number and Date of Order, enter the number and date of the Purchase Order, task order or BPA call number. • In the block entitled, Date of Delivery or Service, if billing monthly, enter the specific month/year that the cost were incurred. If billing for a period other than monthly, enter the beginning and ending dates of the cost incurrence period. • In the block entitled, Articles or Services, enter a description of the articles or service provided. If additional space is needed, provide in an attachment. Include the signed statement, "I certify that all payments requested are for appropriate purposes and in accordance with the contract." • In blocks entitled, Amount and Total, enter the total dollar amount claimed for this billing. NOTE: INVOICES WITHOUT ALL REQUIRED INFORMATION WILL BE DENIED UNTIL THE PROPER INFORMATION IS SUBMITTED. For inquiries regarding payments, contact: National Hansen's Disease Programs Attention: Finance Department 1770 Physicians Park Drive Baton Rouge, LA 70816 Telephone: 225-756-3811 Fax: 225-756-3806 For inquiries regarding receiving, inspection and acceptance, rejections, or technical issues, call your COR. SECTION 6 - BPA Clauses 6.1. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This BPA incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. 6.2. FAR 52.212-4; Contract Terms and Conditions - Commercial Items (JAN 2017) The following agenda also apply: • FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 6.3. FAR 52.212-5; Contract Terms and Conditions Required to Implement Statues or Executive Order - Commercial Items (JAN 2017) The following agenda also apply: (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). ___ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). _X_ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. _X_ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] ___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. ___ (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Nov 2016) of 52.219-9. ___ (iii) Alternate II (Nov 2016) of 52.219-9. ___ (iv) Alternate III (Jan 2017) of 52.219-9. ___ (v) Alternate IV (Jan 2017) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). ___ (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). _X_ (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). _X_ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X_ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _X_ (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). ___ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X_ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016). (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). ___ (36) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). ___ (37) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (40) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (41) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (43) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. _X_ (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (45) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (46) 52.223-21, Foams (Jun 2016) (E.O. 13696). __ (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). __ (ii) Alternate I (JAN 2017) of 52.224-3. _X_ (48) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (49) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (50) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X_ (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (56) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (57) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (58) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (59) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (60) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(12)). ___ (62) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: ___ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) ___ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). __ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). ___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) ____ (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-59, Compliance with Labor Laws (Executive Order 13673) (OCT 2016) (Applies at $50 million for solicitations and resultant contracts issued from October 25, 2016 through April 24, 2017; applies at $500,000 for solicitations and resultant contracts issued after April 24, 2017). (xviii) 52.222-60, Paycheck Transparency (Executive Order 13673) (Oct 2016). (xix) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xx)(A) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a). (B) Alternate I (JAN 2017) of 52.224-3. (xxi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxiii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 6.4. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days prior to the expiration ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) SECTION 7 - Instructions, Certifications, and Other Statements of Offerors Addendum to 52.212-1 -- Instructions to Offerors -- Commercial Items (JAN 2017) 7.1. General Contained herein are the minimally acceptable requirements for quote information that is to be submitted in accordance with the following instructions for the format and content of quotes. Offeror's shall submit the quote volumes stated below to be considered responsive to this solicitation, no exceptions. Failure to submit a completed quote by the time that quotes are due will result in the exclusion from further consideration by the Government for award. Offerors are advised that the Government intends to make award without discussions. If necessary, the Contracting Officer may conduct oral and/or written discussions with offerors who submit a quote and that have a reasonable prospect of award and, therefore, are included in the competitive range. Because the Government intends to make award without discussions, the initial offer should contain the offerors best terms and price. Quotes shall stipulate that it is predicated upon all the terms and conditions of this solicitation. In addition, it must contain a statement to the effect that the quote is valid for a period of at least 60 days from the date of receipt by the Government. Offerors shall submit quotes and data comprehensive enough to provide the basis for a sound evaluation. The data and information should be precise, factual, and responsive and shall be keyed to each paragraph of the technical quote requirements as outlined below. Quote information shall be submitted in separate volumes and clearly labeled. Each volume shall be separate and complete unto itself so that the evaluation of one volume may be accomplished independently of the evaluation of the other volume(s). Quotes shall be submitted in two (2) volumes as follows: Volume Title I Technical Quote, including Past Performance II Business Quote The solicitation shall be signed by an official authorized to bind your organization and shall be submitted with your quote by email by the date and time specified on page 1 of the solicitation to Charisse Whitney at CWhitney@hrsa.gov. All questions and/or inquiries concerning this solicitation shall be submitted via email to Charisse Whitney at CWhitney@hrsa.gov by 2PM CST, June 22, 2017. Questions submitted after the due date and time for questions will not be accepted. Any resulting addition, deletion, or change to the solicitation will be made by issuing a formal amendment. Offerors are instructed to contact only the issuing contract office in connection with any aspect of this requirement prior to contract award. Electronic documents submitted as part of your quote shall be submitted in Word or PDF, single spaced, printable on 8.5 x 11-inch paper, paginated front to back, font 12 Times New Roman,.5 to 1 inch margins, and searchable. Pricing information shall be submitted in MS Excel format with formulas intact. Each page shall be numbered in a page X of Y format, for example; page 1 of 3, page 2 or 3, page 3 of 3. Each page shall include a header that states the organizational name and if applicable a footer on applicable pages that notes that proprietary information. Each volume shall be formatted to include a table of contents which corresponds to the section of that volume. Technical Quote shall not exceed 15 pages, including attachments, addendums, resumes and other required appendices. Offerors are advised to strictly observe limitations on the length and format specified since review of the quote will be limited to 15 pages. There is no page limit for the business quote. Where data and/or information appear in one volume, it does not have to be repeated in any other part. However, if data and/or information does appear in more than one volume it shall be cross referenced by indicating the specific location including the volume and page number as a minimum. The clarity, relevance, and conciseness of the quote is important, not the length. The Government will evaluate quotes in accordance with the evaluation criteria set forth within this solicitation. This solicitation does not commit the Government to pay any cost for preparation or submission of a quote. In addition, the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed acquisition. United States Governmental, or Department of Health and Human Services, or Health Resources Services Administration, or National Hansen's Disease Programs letterhead and/or logo should not be included in your quote. Your quote also should not include quotes from past contracts unless it is requested in the past performance section. 7.2. Technical Quote Instructions - Volume I Volume I-Technical Quote shall not contain references to price/cost; however, resource information such as data concerning labor hours and categories, materials, subcontracts, past performance, etc., shall be contained in the technical quote so that the Offerors understanding of the statement of work may be evaluated. It shall disclose the technical approach in sufficient detail to provide a clear and concise presentation that includes the requirements of the technical quote instructions. Volume I-Technical Quote shall include a statement indicating whether or not any exceptions are taken to the terms and conditions of this solicitation as part of the quote transmittal letter. Any exceptions taken must include identification of the specific paragraphs and rationale for each exception. Exceptions shall also be noted in the quote, at the location of the exception. Offerors shall submit a quote for the base period and all option periods. o Quote shall:  Include detailed specifications for services to be provided.  Clearly list exception(s) and rationale for the exception(s).  Be signed by an official authorized to bind the organization to contractual awards. Technical Capability The Offeror shall provide documentation certifying their company is an approved member of the Louisiana State Board of Embalmers and Funeral Directors licensing board. Past Performance The quote shall identify three (3) relevant past performance references on same or similar work as required by this solicitation and completed within the past three (3) years (see Attachment A - Past Performance Questionnaire). The following sources will be used to obtain past performance information: • The contracting officer's knowledge of and previous experience with the supply or service being acquired; • Customer surveys, and past performance questionnaire replies; • The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or • Any other reasonable basis. For offerors with no past performance history, the quote shall state "No Past Performance History Available". 7.3. Business Quote - Volume II Complete the Pricing information for the CLINs in 1.6 SECTION 8- Evaluation Addendum to 52.212-2 -- Evaluation -- Commercial Items (Oct 2014) 8.1. General In order for quotes to be considered acceptable and eligible for evaluation, it must be prepared in accordance with the instructions given in this solicitation. 8.2. Negotiations Offerors are advised that the Government intends to award a contract without discussions with the Offeror(s). Therefore, initial quotes should contain the best terms from a cost or price and technical standpoint. The Government also reserves the right to conduct discussions if the Contracting Officer determines them to be in the best interest of the Government. 8.3. Award Criteria The Government anticipates one award resulting from this solicitation; however, the Government reserves the right to make no award as a result of this solicitation. In addition, the solicitation may be amended if determined to be in the best interest of the Government. Quote evaluation will be based on a Lowest Price Technically Acceptable (LPTA) methodology. Award will be based on the lowest evaluated price of quotes meeting or exceeding the acceptability standards for non-cost/price factors. Non-cost/price factors, including past performance will be evaluated on an acceptable or unacceptable basis. Cost/price will be evaluated on the quotes overall cost/price (including options) and that which has been determined to be fair and reasonable. 8.4. Non-Cost/Price Factors The purpose of the technical (Non-Price) factors is to assess whether the Offeror's quote will satisfy the Government's minimum requirements; to include, technical approach and facilities. The Government will evaluate the Offeror's quote against these requirements to determine whether the quote is acceptable or unacceptable, using the ratings and descriptions outlined in Table A-1. Table A-1. Technical Acceptable/Unacceptable Ratings Rating Description Acceptable Quote clearly meets the minimum requirements of the solicitation. Unacceptable Quote does not clearly meet the minimum requirements of the solicitation. Technical Capability The offerors proposal will be evaluated to ensure all technical aspects of the SOW are addressed and the terms and conditions are met. This includes documentation certifying the Offeror to be on the Louisiana State Board of Embalmers and Funeral Directors licensing board. 8.5. Past Performance Past performance will be rated on an "acceptable" or "unacceptable" basis using the ratings in Table A-2. Table A-2. Past Performance Evaluation Ratings Rating Description Acceptable Based on the Offeror's performance record, the Government has a reasonable expectation that the Offeror will successfully perform the required effort, or the Offeror's performance record is unknown. (See note below.) Unacceptable Based on the Offeror's performance record, the Government has no reasonable expectation that the Offeror will be able to successfully perform the required effort. Note: In the case of an Offeror without a record of relevant past performance or for whom information on past performance is not available or so sparse that no meaningful past performance rating can be reasonably assigned, the Offeror may not be evaluated favorably or unfavorably on past performance (see FAR 15.305 (a)(2)(iv)). Therefore, the Offeror shall be determined to have neutral past performance. In the context of acceptability/unacceptability, "unknown" shall be considered "acceptable." Sources of past performance information that will be used for evaluation is as follows: • The contracting officer's knowledge of and previous experience with the supply or service being acquired; • Customer surveys, and past performance questionnaire replies; • The Governmentwide Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov; or • Any other reasonable basis. Business Quote The Government will evaluate the offerors proposed total cost/price, including options, to determine if it is fair and reasonable. Other information submitted under the business quote will be evaluated for completeness. The Government may request and/or evaluate other pertinent business, administrative, and management data and information as may be deemed necessary for quote evaluation. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.217-5 -- Evaluation of Options (JUL 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of Provision) ATTACHMENT A PAST PERFORMANCE QUESTIONNAIRE (PP) [17-258-SOL-00021] FOR: ______________________________________________________________________________ (Name of contractor that past performance information is being provided for) RETURN COMPLETED SURVEY BY June 30, 2017 at 2:00 PM Eastern Time Attention: Charisse Whitney Email: CWhitney@hrsa.gov SECTION 1: CONTRACT INFORMATION RELATED TO QUESTIONNAIRE: Contract Title: ______________________________ Contract Award Date: ______________________________ Contract End Date: ______________________________ Contract Value: ______________________________ Contractor Name: ______________________________ Contractor Address: __________________________________________________________________ ___________________________________________________________________________________   SECTION 2: INFORMATION RELATED TO ENTITY/COMPANY PROVIDING QUESTIONNAIRE: Name of Person Completing Questionnaire: ______________________________ Name of Company/Entity: ______________________________ Address: ___________________________________________________________________________ ___________________________________________________________________________________ Phone Number: ______________________________ Fax Number: ______________________________ Email Address: ______________________________ CONTRACT ROLE OF PERSON COMPLETING QUESTIONNAIRE (Check One): Project Officer Contracting Officer Contract Specialist GENERAL DESCRIPTION OF CONTRACT SCOPE OF WORK: ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ ____________________________________________________________________________________ APPROXIMATE PERCENTAGE OF WORK COMPLETED BY SUBCONTRACTORS: ______ % RATINGS: *Please provide a rating for each of the following questions with a rating that is based on objective measurable performance indicators to the maximum extent possible.   QUALITY OF PRODUCT OR SERVICE RATING ________: 0 = Unsatisfactory - Non-conformances jeopardized the achievement of contract requirements, despite use of agency resources. Performance that could not be substantially corrected constituted a significant impediment in consideration for future awards containing similar requirements. 1 = Poor - Overall compliance required significant agency resources to ensure achievement of contract requirements. 2 = Fair - Overall compliance required minor agency resources to ensure achievement of contract requirements. 3 = Good - There were no, or very minimal, quality problems, and the contractor met the contract requirements. 4 = Excellent - There were no quality issues, and the Contractor substantially exceeded the contract performance requirements. 5 = Outstanding - The contractor demonstrated an outstanding performance level that was significantly in excess of anticipated achievements, exceeded the contract performance requirements and is commendable as an example for others. COST CONTROL RATING ________: 0 = Unsatisfactory - Ability to manage cost issues jeopardized performance of contract requirements, despite use of agency resources. Performance that could not be substantially corrected constituted a significant impediment in consideration for future awards containing similar requirements. 1 = Poor - Ability to manage cost issues required significant agency resources to ensure achievement of contract requirements. 2 = Fair - Ability to control cost issues required minor agency resources to ensure achievement of contract requirements. 3 = Good - There are no, or very minimal, cost management issues and the contractor met the contract requirements. 4 = Excellent - There were no cost management issues and the contractor exceeded the contract requirements, achieving cost savings for the Government. 5 = Outstanding - The contractor demonstrated an outstanding performance level that was significantly in excess of anticipated achievements, exceeded the contract performance requirements and is commendable as an example for others.   TIMELINESS OF PERFORMANCE RATING ________: 0 = Unsatisfactory - Delays jeopardized the achievement of contract requirements, despite use of agency resources. Performance that could not be substantially corrected constituted a significant impediment in consideration for future awards containing similar requirements. 1 = Poor - Delays required significant agency resources to ensure achievement of contract requirements. 2 = Fair - Delays required minor agency resources to ensure achievement of contract requirements. 3 = Good - There were no, or minimal, delays that and the contractor met the contract requirements. 4 = Excellent - There were no delays and the contractor exceeded the contract requirements and agreed upon time schedule. 5 = Outstanding - The contractor demonstrated an outstanding performance level that was significantly in excess of anticipated achievement, exceeded the contract performance requirements and is commendable as an example for others. BUSINESS RELATIONS RATING ________: 0 = Unsatisfactory - Response to inquiries and/or technical, service, administrative issues were not effective. Performance that could not be substantially corrected constituted a significant impediment in consideration for future awards containing similar requirements. 1 = Poor - Response to inquiries and/or technical, service, administrative issues was marginally effective, requiring significant agency resources to ensure achievement of contract requirements. 2 = Fair - Response to inquiries and/or technical, service, administrative issues was somewhat effective, requiring minor agency resources to ensure achievement of contract requirements. 3 = Good - Response to inquiries and/or technical, service, administrative issues was consistently effective and the contractor met the contract requirements. 4 = Excellent - Response to inquiries and/or technical, service, administrative issues exceeded Government expectation and the contractor exceeded the contract requirements. 5 = Outstanding - The contractor demonstrated an outstanding performance level that was significantly in excess of anticipated achievement, exceeded the contract performance requirements and is commendable as an example for others.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3e3a8570c73644ff77ffbdf8e2644a89)
 
Record
SN04546636-W 20170617/170615235840-3e3a8570c73644ff77ffbdf8e2644a89 (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.