SOLICITATION NOTICE
Q -- Orthopedic Clinic Services - RFQ Packet
- Notice Date
- 9/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
- ZIP Code
- 73114
- Solicitation Number
- 246-18-Q-0074
- Archive Date
- 9/28/2018
- Point of Contact
- Katrina Eaton, Phone: 4059513704, Scott Robison,
- E-Mail Address
-
katrina.eaton@ihs.gov,
(katrina.eaton@ihs.gov, /div)
- Small Business Set-Aside
- Total Small Business
- Description
- RFQ Cover page, Statement of Work (SOW) and FAR Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Quotes (RFQ) 246-18-Q-0074. This procurement is 100% small business set-aside under NAICS code 621111 with a standard business size of $11.0M.. Contractor shall provide a firm-fixed-all-inclusive hourly rate for non-personal Orthopedic Clinic services. The period of performance for this requirement is approximately one year. Please review the Statement of Work. The period of performance for this requirement is approximately one year. The closing date for receipt of quotes is September 13, 2018. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 5:00 p.m. CST, on September 13, 2018. The offer may be submitted by email to Katrina.Eaton@ihs.gov or in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address, no later than 5:00pm CST on September 13, 2018. Qualified vendors shall review the Statement of Work and following information then submit applicable information. No phone inquiries! CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) Firm Fixed All-Inclusive Hourly Rate, (2) two past performance references to include the contact name phone number, contract number, company name, brief description of project, (3) Qualification document(s) and (4) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/). The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Firm-Fixed All-Inclusive Hourly Rate; (2) Qualifications (Per Statement of Work); (3) Past Performance and (4) Active SAM Registration. All factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2018) OR indicate certifications in ORCA at https://www.acquisition.gov The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (Oct 2016), 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Privacy Act (Dec. 18, 2015), 352.224-71 Confidential Information (December 2015), 352.237-71 Crime Control Act of 1990-Reporting of Child Abuse (Dec. 18, 2015) and 352.237-72 Crime Control Act of 1990-Requirement for Background Checks (Dec. 18, 2015). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Aug 2018) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sept 2016); 52.222-36, 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013); 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352-237.72 Crime Control Act of 1990-Requirement for Background Checks (Dec. 18, 2015). EVALUATION CRITERIA The due date for this requirement is September 13, 2018 5:00 PM CT. THE INDIAN HEALTH SERVICE SHALL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THE FOLLOWING EVALUATION CRITERIA: A) Propose and provide an all-inclusive hourly rate for services. B) Documentation of two past references. C) Registration in the System for Award Management (SAM) database (reference https://www.sam.gov Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. D) Current unrestricted license as an Orthopedic/Medical Doctor for the State of Oklahoma E) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. F) Board Certification G) Resume EVALUATION RATING INFORMATION Rating: Five: Outstanding-Proposal meets requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Significantly exceeded performance or capability standard. Risk of unsuccessful performance is very low. Four: Good-Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Exceeded some performance or capability standards. Proposal contains strengths, which outweigh any weaknesses. Risk of unsuccessful performance is low. Three: Acceptable- Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Two: Marginal-Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses, which are not offset by strengths. Risk of unsuccessful performance is high. One: Unacceptable- Proposal does not meet requirements and contains one or more deficiencies. Proposal is un-awardable. ** Please note that potential awardees will be required to pass a background investigation from the IHS Human Resource Department. This process may take up to two weeks **
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-18-Q-0074/listing.html)
- Place of Performance
- Address: 36640 Hwy. 270 & Barking Water Rd., Wewoka, Oklahoma, 74884, United States
- Zip Code: 74884
- Zip Code: 74884
- Record
- SN05073196-W 20180907/180905231135-b3574a4c9438f0b215779ffd8fb5b61a (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 |