Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 13, 2019 FBO #6411
SOLICITATION NOTICE

Q -- Emergency Medicine Physician Services

Notice Date
6/11/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
PO Box 9020 Window Rock AZ 86515
 
ZIP Code
86515
 
Solicitation Number
NAO-19-0348
 
Response Due
6/25/2019
 
Point of Contact
Michelle A. James, Contract Specialist, Phone 928-871-5841, Fax 928-871-1477
 
E-Mail Address
michelle.james@ihs.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, 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. The solicitation number for this acquisition is NAO-19-0348. The solicitation is issued as a request for quotation (RFQ) using FAR Part 12 Commercial Items and FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02, effective June 5, 2019. The North American Industry Classification System (NAICS) Code for this acquisition is 561320 - Offices of Physicians (except Mental Health Specialists) with a business size standard of $27.5 Million. The Navajo Area Indian Health Services, Crownpoint Healthcare Facility, Division of Acquisition Policy has a requirement for Emergency Medicine Physician Services to be performed at the Crownpoint Healthcare Facility, Crownpoint, New Mexico. The need calls for Physicians to be board certified or board eligible with the American Board of Emergency Medicine. All services are to be performed in accordance with the attached Performance Work Statement (PWS). The proposed required services are to commence as specified in the FY 19 Pricing Schedule. Period of Performance: date of award to December 31, 2019. Place of Performance: Crownpoint Healthcare Facility, Junction Hwy 371 & Navajo Route 9, Crownpoint, New Mexico 87313. The provision at 52.212-1, Instructions to Offerors-Commercial (Oct 2018), applies to this acquisition. FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), The Government reserves the right to issue a single award or multiple awards to the contractor(s) whose quote(s) represents the best value as defined by FAR 2.101 and results in the lowest-cost alternative for the Government. In determining best value, the following factors will be considered: Price, Past Performance, and the Qualifications of each proposed candidate. As part of the evaluation process, candidates may be interviewed to ensure their understanding of the PWS and to verify their qualifications to perform the required services. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (May 2019), applies to this acquisition. 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 acquisition of commercial items: 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) 52.204-6, Unique Entity Identifier, (Oct 2016) 52.204-7, System for Award Management, (Oct 2018) 52.204-9, Personal Identity Verification of Contractor Personnel, (Jan 2011) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) 52.222-55, Minimum Wages under Executive Order 13658 (Dec 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.224-2, Privacy Act (Apr 1984) 52.229-3, Federal, State, and Local Taxes (Feb 2013) 52.232-18, Availability of Funds (Apr 1984) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013), 52.233-2, Service of Protest (Sept 200 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (Aug 1984), 52.237-3, Continuity of Services (Jan 1991), 52.237-7, Indemnification and Medical Liability Insurance (JAN 1997) 52.249-1, Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984) The following HHSAR clauses are hereby incorporated in this RFQ: HHSAR 352.242-70 Key personnel (December 2015), HHSAR 352.224-70 Privacy Act (December 2015), HHSAR 352.237-70 Pro-Children Act (December 2015), HHSAR 352.237-71 Crime Control Act - reporting of child abuse (December 2015), HHSAR 352.237-72 Crime Control Act - requirement for background checks (December 2015). The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this requirement. To be considered for award, please complete, sign and submit the following documents: 1. Pricing Schedule for Nonpersonal Health Care Services (attached and must be signed) 2. Complete candidate profile (CV/Resume, Licensures, and Certifications.) 3. Certification Statement for each proposed candidate. (All elements requiring a date are to be complete and accurate.) 4. Certificate of Medical Liability Insurance for each proposed candidate. **DOCUMENTS NOT COMPLETED OR SIGNED WILL NOT BE CONSIDERED. Interested parties are requested to submit a quote, along with all completed supporting documents as soon as possible. **Due to the immediate need for Physician Services, we will begin to review only completed documents (Pricing Schedule, Certification Statement, and Profile). Awards may be established before the closing of this synopsis/solicitation. All responsible offerors shall submit the following documents NO LATER THAN 3:00 P.M. MDT, June 25, 2019. Fax submissions are not authorized. Any questions, please contact Michelle James at michelle.james@ihs.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (11-JUN-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/NAO-19-0348/listing.html)
 
Place of Performance
Address: Junction Hwy 371 & Navajo Route 9 Crownpoint, NM
Zip Code: 87313
Country: US
 
Record
SN05337574-F 20190613/190611230030 (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  © 1994-2020, Loren Data Corp.