Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 14, 2019 SAM #6589
SOLICITATION NOTICE

S -- DRUG TAKE-BACK SERVICES

Notice Date
12/12/2019 3:31:26 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562112 — Hazardous Waste Collection
 
Contracting Office
NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
 
ZIP Code
86515
 
Solicitation Number
PHC4987
 
Response Due
12/18/2019 12:00:00 PM
 
Archive Date
01/02/2020
 
Point of Contact
Edith Denny, Phone: 9287259801
 
E-Mail Address
edith.denny@ihs.gov
(edith.denny@ihs.gov)
 
Description
This notice 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. This synopsis/solicitation notice is a request for proposals for a Contractor to provide solicitation notice is a request for proposals for a Contractor to provide disposal of pharmaceutical waste for Pinon Health Center, Pinon, AZ. Services shall be performed in accordance with the attached Statement of Work (SOW).PERIOD OF PERFORMANCE: 01/01/2020 to 12/31/2020EVALUATION CRITERIA: The Government reserves the right to issue a single award or multiple awards to contractor(s) whose quote represents the best value as defined by FAR 2.101. In determining best value, Price and other Evaluation Factors will be considered: Past Performance, Experience, Qualifications, and Logistics. The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price. As part of the evaluation process, candidates may be interviewed to ensure their understanding of the PWS and to verify their qualifications to perform required services. The socio-economic status of an offer may also be considered, should one or more quotes represent the best value.SUBMITTAL PROCESS: Email offer directly to the Contracting Officer for this action is: Edith Denny, Purchasing Agent, 928-725-9801, email: edith.denny@ihs.gov. Limit offer size to 6MB. All questions shall be submitted in writing 1 day(s) prior to closing/response date. To be considered for award, your offer shall include the following documents or it will be non-responsive and removed from award consideration:Pricing: Complete and sign Fee Schedule (attached). The Government will consider competitive rates upon negotiation.Provide your Quotation.Experience: Provide a list of at least (3) past projects of similar scope; include detailed project description, location, dollar amount, and period of performance.Past Performance: Provide a letter of reference from a past customer.Qualifications: Provide evidence that you are qualified to do the work.Logistics: Provide a plan of action describing the logistics of how you will be providing services.Department of Health and Human Services Applicable Clauses:352.202-1 Definitions. (JAN 2006)352.224-70Privacy Act (DEC 2015)352.226-1Indian Preference (DEC 2015)352.226-2Indian Preference Program (DEC 2015)352.237-70 Pro-Children Act. (Dec 2015) (a) Public Law 103-227, Title X, Part C, also known as the Pro-Children Act of 1994 (Act), 20 U.S.C. 7183, imposes restrictions on smoking in facilities where certain federally funded children's services are provided. The Act prohibits smoking within any indoor facility (or portion thereof), whether owned, leased, or contracted for, that is used for the routine or regular provision of: (i) kindergarten, elementary, or secondary education or library services or (ii) health or day care services that are provided to children under the age of 18. The statutory prohibition also applies to indoor facilities that are constructed, operated, or maintained with Federal funds.(b) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all subcontracts awarded under this contract for the specified children's services. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understands, and complies with the provisions of the Act. Failure to comply with the Act may result in the imposition of a civil monetary penalty in an amount not to exceed $1,000 for each violation and/or the imposition of an administrative compliance order on the responsible entity. Each day a violation continues constitutes a separate violation. 52.217-8 Option to Extend Services (Nov 1999)The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 5 days.ADDITIONAL APPLICABLE FEDERAL ACQUISITION CLAUSES:52.204-7 System Award Management (Oct 2018)52.209-5 Certification Regarding Responsibility Matters (Oct 2015)52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony conviction under any Federal Law (Feb 2016)52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018)52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (Oct 2019)52.224-1 Privacy Act Notification (Apr 1984)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 (Jul 2013)52.232-40 Providing Accelerated Payments to Small Business Sub-Contractors (Dec 2013)52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Aug 1984) [Add if contractor will be on site]LIST OF ATTACHMENTS:Statement of Work (SOW)Fee Schedule
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/25d040108d134105bf06df370e6bff7e/view)
 
Place of Performance
Address: 86510, USA
Zip Code: 86510
Country: USA
 
Record
SN05515236-F 20191214/191212230307 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.