SOLICITATION NOTICE
U -- IHS EFDA Coordinator - Attachments
- Notice Date
- 11/10/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 18-236-SOL-00002
- Archive Date
- 12/9/2017
- Point of Contact
- Natasha A. Royal, Phone: 3014436687, Paul B. Premoe, Phone: 3014434470
- E-Mail Address
-
natasha.royal@ihs.gov, paul.premoe@ihs.gov
(natasha.royal@ihs.gov, paul.premoe@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Evaluation Factors PWS i.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, and 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. ii.This Request for Quotation (RFQ) is being issued via solicitation number 18-236-SOL-00002. iii.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. iv.This requirement is a total Small Business set-aside and the associated NAICS code is 611430 with small business size standard of $11M. v.The Contract Line Items (CLINs) and pricing structure are as shown below: CLIN0001: Base Period_ Expanded Function Dental Assistant (EFDA) Coordinator _Not to Exceed 2,087 hours_hourly rate - $______ CLIN0001: Option Period 1_EFDA Coordinator_Not to Exceed 2,087 hours_hourly rate - $______ CLIN0001: Option Period 2_EFDA Coordinator_Not to Exceed 2,087 hours_hourly rate - $______ vi.The purpose of this fixed price purchase order is to secure the services of EFDA Coordinator for specific IHS CDE operations. See the attached performance work statement for more details. vii.The period of performance will include one (1) year base period and two (1) year option periods. Delivery and acceptance terms for this order is FOB Destination. viii.The provision at 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include: 1. Solicitation number. 2. Name, address, telephone number of the offeror and email address of the contact person. 3. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. See the attached, Enclosure 4, Quotation Submission Requirements. 4. Completed Price Table (attached)1 and any discount terms. 5. "Remit to" address, if different than mailing address. 6. A completed copy of the representations and certifications at FAR 52.212-3. 7. 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. ix.The provision at 52.212-2, Evaluation -- Commercial Items, applies to this solicitation. a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability, (ii) Minimum Qualifications, (iii) Relevant Past Performance and (iv) Price; All technical factors other than price, when combined, are more important than price. See the attached Evaluation Factors for details. 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). c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. x.Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. xi.The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. The following addendum applies: Email Addresses for submission of invoices are Natasha.Royal@ihs.gov, HQInvoices@ihs.gov, and COR's email. 50% of the unit price for each CLIN may be invoiced upon start of each training course and the rest shall be invoiced upon completion of the training. Unit price for the CLINs shall include all related travel and material costs. xii.The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (Jan 2017), and the additional FAR clauses cited in the clause are applicable to the acquisition. 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). 2.52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). 3.52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 4.52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). 5.52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 6.52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 7.52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 8.52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). 9.52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). 10.52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). 11.52.219-28, Post Award Small Business Program Re-representation (Jul 2013) (15 U.S.C. 632(a)(2)). 12.52.222-3, Convict Labor (June 2003) (E.O. 11755). 13.52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 14.52.222-21, Prohibition of Segregated Facilities (Apr 2015). 15.52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 16.52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 17.52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 18.52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 19.52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 20.52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 21.52.222-54, 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.) 22.52.225-13, 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). 23.52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 24.52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). 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: 1.52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 2.52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 3.52.222-43, 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). 4.52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). 5.52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). d)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 1.52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509) 2.52.203-19, 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)). 3.52.219-8, 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. 4.52.222-17, Non-displacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. 5.52.222-21, Prohibition of Segregated Facilities (Apr 2015). 6.52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 7.52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 8.52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 9.52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 10.52.222-40, 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. 11.52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). 12.52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and 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.(xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). xviii.(xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). xix.(B) Alternate I (Jan 2017) of 52.224-3. xx.(xix) 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). xxi.(xx) 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. xxii.(xxi) 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. xxiii.(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. xxiv.The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: a)52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and 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 offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far/. b)The following HHSAR clauses are incorporated to this RFQ: 1.326.6-Acquisitions Under The Buy Indian Act, 25 U.S.C. 47 2.352.215-70 Late Proposals and Revisions (Dec2015) 3.352.223-71 Instructions to Offerors-Sustainable Acquisition (Dec 2015) 4.352.226-3 Native American Graves Protection and Repatriation Act (Dec 2015) xxv.Proposals are due by 12:00 PM EST on 24 November 2017. Email the proposal to natasha.royal@ihs.gov. Questions are due on 16 November 2017 by 2:00 p.m. EST. Offeror must confirm IHS' receipt of their proposal. xxvi.POC is Natasha Royal, Contract Specialist, natasha.royal@ihs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/18-236-SOL-00002/listing.html)
- Record
- SN04737778-W 20171112/171110230043-515f1524f172845f0462d60cd50a9b63 (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 |