Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
MODIFICATION

R -- OPTION - ISBEE - OPTION - DDTP Meeting Facilitation Services

Notice Date
9/10/2019
 
Notice Type
Modification/Amendment
 
Contracting Office
5600 Fishers Lane, Rockville, MD 20857
 
ZIP Code
20857
 
Solicitation Number
75H70419R00030
 
Response Due
8/9/2019
 
Archive Date
2/5/2020
 
Point of Contact
Name: Client Services, Title: Client Services, Phone: 1.877.933.3243, Fax: 703.422.7822
 
E-Mail Address
Clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 75H70419R00030 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03. The associated North American Industrial Classification System (NAICS) code for this procurement is 541618 with a small business size standard of $15.00M. This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids. The solicitation pricing on www.UnisonMarketplace.com will start on the date this solicitation is posted and will end on 2019-08-09 15:30:00.0 Eastern Time or as otherwise displayed at www.UnisonMarketplace.com. FOB Destination shall be in the Statement of Work. The DHHS IHS Indian Health Service requires the following items, Meet or Exceed, to the following: Base Period of Performance: 08/09/2019 - 08/08/2020 LI 001: Base Year - Meeting Facilitation Contract for the IHS Division of Diabetes Treatment and Prevention ***(see Performance Work Statement for additional info)***, 1, EA; Option 1 Period of Performance: 08/09/2020 - 08/08/2021 LI 001: Option Year 1 - Meeting Facilitation Contract for the IHS Division of Diabetes Treatment and Prevention ***(see Performance Work Statement for additional info)***, 1, EA; Option 2 Period of Performance: 08/09/2021 - 08/08/2022 LI 001: Option Year 2 - Meeting Facilitation Contract for the IHS Division of Diabetes Treatment and Prevention ***(see Performance Work Statement for additional info)***, 1, EA; Option 3 Period of Performance: 08/09/2022 - 08/08/2023 LI 001: Option Year 3 - Meeting Facilitation Contract for the IHS Division of Diabetes Treatment and Prevention ***(see Performance Work Statement for additional info)***, 1, EA; Option 4 Period of Performance: 08/09/2023 - 08/08/2024 LI 001: Option Year 4 - Meeting Facilitation Contract for the IHS Division of Diabetes Treatment and Prevention ***(see Performance Work Statement for additional info)***, 1, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.UnisonMarketplace.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHHS IHS Indian Health Service intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, Unison, Inc. Unison Marketplace has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHHS IHS Indian Health Service is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.UnisonMarketplace.com. There is no cost to register, review procurement data or make a bid on www.UnisonMarketplace.com. Offerors that are not currently registered to use www.UnisonMarketplace.com should proceed to www.UnisonMarketplace.com to complete their free registration. Offerors that require special considerations or assistance may contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com. Offerors may not artificially manipulate the price of a transaction on www.UnisonMarketplace.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.UnisonMarketplace.com process or to collude with the intent or effect of hampering the competitive www.UnisonMarketplace.com process. Should offerors require additional clarification, notify the point of contact or Marketplace Support at 1.877.933.3243 or marketplacesupport@unisonglobal.com. Use of Unison Marketplace: Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. This procurement is set-aside for Indian Small Business Economic Enterprises (ISBEE) in accordance with 25 USC 47, Buy Indian Act Vendors must include proposal detailing their "qualifications and capabilities" with their submissions. Bid MUST be good for 30 calendar days after close of Buy. This solicitation requires registration with the System for Award Management (SAM) at the time an offer or quotation is submitted, excluding the exceptions outlined in FAR 4.1102(a). Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures. 52.204-7 52.212-3 52.213-4 52.222-36 Contractor will coordinate four quarterly, two-day meetings (1 1/2 days for the TLDC meeting and 1/2 day for the ADC meeting). Contractor will identify the venue in the City/State determine by the TDLC. Contractor will arrange a sleeping room block of 30 -40 at the government rate. The contractor will also identify a room for the meetings large enough to hold 50 -60 people comfortably. Details regarding the room set-up will be discussed prior to each in-person meeting. Contractor must be able to work with the CONCUR travel system, the TLDC members, technical advisors, DDTP staff, and the IHS travel personnel. Contractor will designate one person (travel planner) who will be required to obtain a PIV card, IHS email account, and government equipment to access the CONCUR travel system. This person will be required to provide outstanding customer service to the TLDC members, technical advisors, DDTP staff, and anyone involved in the meeting planning process. Vendors must be able to obtain Government Security Clearance as soon as possible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/75H70419R00030/listing.html)
 
Place of Performance
Address: See Statement of Work.
Zip Code: -
 
Record
SN05438865-W 20190912/190910231303-b7e457bed60a8d73ea7ec018da9615e2 (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.