Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOLICITATION NOTICE

R -- Laboratory Courier Services - Provisions and Clauses - Price Schedule - Wage Determination - Tax Exemption Letter 2018 - PWS

Notice Date
2/1/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562211 — Hazardous Waste Treatment and Disposal
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Phoenix Area Office, 40 N Central Avenue, Phoenix, Arizona, 85004-4424
 
ZIP Code
85004-4424
 
Solicitation Number
RFQ-IHS1338726-2018
 
Archive Date
3/7/2018
 
Point of Contact
Elizabeth Thorstad, Phone: 602-364-5372
 
E-Mail Address
elizabeth.thorstad@ihs.gov
(elizabeth.thorstad@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement Tax Exemption Letter 2018 Wage Determination Price Schedule Provisions and Clauses This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in Subpart 12.6, and is being conducted under FAR Part 13; Simplified Acquisition Procedures. IHS will conduct the procurement according to a combination of FAR Part 12, Acquisition of Commercial Items and Part 13, Simplified Acquisition Procedures as supplemented with additional information included in this notice. The Department of Health and Human Services, the Phoenix Area Indian Health Service (IHS), Phoenix Regional Office, is soliciting quotes for Laboratory Courier Services at the Phoenix Indian Medical Center (PIMC) located in Phoenix, Arizona, and the Salt River Clinic, located in Scottsdale, Arizona. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The Request for Quotation (RFQ) number RFQ-IHS1338726-2018 is issued as a Request for Quotation (RFQ). Set-Aside: IAW FAR Clause 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011), this procurement is 100% set-aside for Small Businesses. Offers received from firms other than Small Businesses will not be considered. North American Industry Code (NAICS): 562211 Size Standard: $ 38.5M Delivery Locations: Multiple, refer to Performance Work Statement (PWS) Period of Performance (POP): Base year plus four (4) one (1) year option periods for a total of five (5) years. POP planned start date: 04/01/2018. A firm, fixed price award is anticipated. Best value will be determined by meeting solicitation specifications and lowest cost alternative to the government. Quotes are all inclusive. FOB destination Work to be performed: See attached PWS and supporting documents. Note: Price Schedule shall be used for cost/pricing portion of offers. Questions regarding the solicitation shall be submitted in writing (no phone calls accepted) to the Contract Specialist via email no later than February 15, 2018 at 2:30 p.m. MDT Time. Copies of material questions and answers will be furnished to all offerors by issuance of an Amendment. Questions received after this date may not be acknowledged and/or answered. Submit questions to Elizabeth Thorstad at elizabeth.thorstad@ihs.gov. Offer Due Date/Time: February 27, 2018 at 1:00 p.m. MDT Time. The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The Government will only consider firm fixed-price quotations. Lowest Price Technically Acceptable (LPTA), using the following evaluation factors in descending order of importance: Factor 1: Technical; Factor 2: Past Performance; Factor 3: Price; the government shall conduct a price evaluation of all technically acceptable offers. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-96, dated 06 November 2017. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at this address: http://farsite.hill.af.mil/VFFARa.htm. SAM: Contractor must be registered in the System for Award Management (SAM) prior to award. A nine digit Data Universal Numbering System (DUNS) number provided by Dun and Bradstreet is required to register. The website address for SAM registration is https://www.sam.gov. Electronic submission of Quotes: Quotations shall be submitted electronically by email to elizabeth.thorstad@ihs.gov. Email submissions are limited to 5MB. The submitter should confirm receipt of email submissions. Attachments: Performance Work Statement Price Schedule Wage Determination Provisions & Clauses Tax Exemption Letter 2018
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PHOENIX/RFQ-IHS1338726-2018 /listing.html)
 
Place of Performance
Address: Multiple Locations, see PWS for location information., Phoenix, Arizona, 85016, United States
Zip Code: 85016
 
Record
SN04807290-W 20180203/180201231729-d696f43d1cdf2032013082e0bf1f8b5b (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.