Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 12, 2020 SAM #6862
SOLICITATION NOTICE

70 -- RFQ-20-PHX-018 - Voice Dictation Medical Software - PAO

Notice Date
9/10/2020 12:32:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
PHOENIX AREA INDIAN HEALTH SVC PHOENIX AZ 85004 USA
 
ZIP Code
85004
 
Solicitation Number
RFQ-20-PHX-018R
 
Response Due
9/14/2020 8:00:00 AM
 
Archive Date
09/29/2020
 
Point of Contact
Ashley Velasquez, Phone: 6023645016, Dekovan Cook, Phone: 602-364-5018
 
E-Mail Address
Ashley.Velasquez@ihs.gov, Dekovan.Cook@ihs.gov
(Ashley.Velasquez@ihs.gov, Dekovan.Cook@ihs.gov)
 
Description
**BEST VIEWED IN CHROME BROWSER. TABLES DO NOT SHOW UP IN THIS DESCRIPTION BOX - SEE ATTACHMENTS. MODIFICATION TO PROVIDE QUESTIONS AND ANSWERS - BEST VIEWED AS ATTACHMENT. What EMR or EMR�s do you use? RPMS Will you consider a secure cloud HIPAA compliant speech recognition solution? Only if it is FEDRAMP approved. How many speech recognition licenses are you requiring total? PIMC: 50 physician licenses; WRSU: 30 physician licenses; & FYSU 10 physician licenses. Are client license, non- physician perpetual, speech recognition licenses? Yes Do you have existing Nuance Power Mic ll or lll�s? If so, how many? Would like to continue to use these? PIMC: Powermic II, currently have 69, need an additional 6; WRSU: Powermic III, currently have 9, need an additional 20; and FYSU: Powermic II or III, 10 needed. Any mic is acceptable, as long as it is compatible (hand-held is currently used, but headset may be quoted). How many total microphones would you like us to bid? 36: PIMC � 6, WRSU -20, FYSU -10. How many days of training would you require? 3 training virtual training dates to accommodate the various providers schedules. PIMC has a staff member that provides training to new users. Are you requesting the vendor provide tier one support? PIMC: No; WRSU/FYSU: Yes. Do you want software upgrades included in cost? Yes, this would be included in the software maintenance option years. Do you want 8 am - 5 pm support or 24/7 support? PIMC/FYSU: 8-5; WRSU: 24/7. What is the software license breakdown, per facility? PIMC: 50 physician, 40 non-physician, 5 admin; WRSU: 20 physician, 2 admin; & FYSU: 7 physician, 3 non-physician, 2 admin. You indicated that you want software upgrades included in the cost. Would you also like the implementation of those included in the cost? Yes We don�t see anywhere in the RFQ whether any servers are requested. Does that mean we should assume that Indian Health Service is going to provide the servers and third party software for the solution? PIMC: will reuse pre-existing server, if a virtual server is offered, please price that for consideration; WR: no server is currently used; FY: no server is used because this is a new implementation, but a virtual one can be provided � Question: is your software capable of running on a virtual server? Will remote scribes be considered? We are not looking to use scribes; we are looking for a solution that providers can use to dictate their notes directly, since RPMS/EHR interface is required. Should pricing be provided for future conversion of single server interface? Yes, line item pricing should be available for physician, non-physician and admin licenses along with an enterprise software license. The reason we are requesting this is so that facilities have the flexibility to move from single provider licenses to enterprise level. Should option years allow for replacement microphones? There should be a line item price for microphones to be purchased throughout the life of the contract. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Solicitation # RFQ-20-PHX-018 and this notice is issued as a Request for Quotation (RFQ).� This is a combined synopsis/solicitation for commercial commodities/services. All firms or individuals responding must be registered with the System for Award Management (SAM). This requirement is under North American Industrial Classification Standard (NAICS) codes: 541519; Small Business Size Standard: 150 employees. This requirement is set-aside for small business concerns; HOWEVER, a tiered/cascading evaluation method will be utilized. If no offers are submitted by SB concerns, OR if none of the offers will result in award at a fair and reasonable price that offers the best value to the Government, then the SB set-aside will be withdrawn and large businesses will be evaluated. REQUIREMENTS:� Indian Health Service (IHS) � Phoenix Area Office (PAO), 40 North Central Ave., Phoenix, Arizona 85004-4424 has an urgent brand name or equal requirement for Dragon Medical Enterprise Software and maintenance options, in support of the COVID-19 response for the Phoenix Indian Medical Center (PIMC), Whiteriver Service Unit (WRSU) and Fort Yuma Service Unit (FYSU). This contract will be an area-wide, single award, indefinite-delivery contract. SALIENT CHARACTERISITCS: High fidelity speech recognition and dictation (allows for varying accents/intonations); Trainability of medical language and doctors� names; Specialist-specific templates/vocabularies (e.g., emergency, cardiology, radiology, etc.); Macros (e.g. allows clinicians to say �insert my URI exam� to insert the relevant block of text); Offer multiple specialties (ex. Cardio, Radiology, etc); Administrative functions: usability reporting, license monitoring, control over templates, ability to see which PCs have the program; Windows 10 compatibility; Provides training tutorials; Data needs to be exportable. This procurement is for NEW Equipment ONLY; no remanufactured or ""gray market"" items. Vendor shall be an Original Equipment Manufacturer (OEM authorized dealer, authorized distributor or authorized reseller for the proposed equipment/system such that OEM warranty and service are provided and maintained by the OEM. All, warranty and service associated with the equipment shall be in accordance with the OEM terms and conditions. All Equipment must be covered by the manufacturer's warranty. The quote MUST include a copy of the authorized distributor letter from the manufacturer to verify that the vendor is an authorized distributor of the products being quoted. DELIVERY LOCATIONS:� *Potential future sites* Phoenix Indian Medical Center (PIMC), 4212 N. 16th St, BLDG 9, Phoenix, AZ 85016. Whiteriver Service Unit (WRSU), 400 W. Apache Dr., Whiteriver, AZ 85941 Fort Yuma Service Unit (FYSU), 401 Picacho Rd., Winterhaven, CA 92283 *Hopi Health Care Center (HHCC), Hwy 264, Mile Marker 388, Polacca, AZ 86042 *Colorado River Service Unit (CRSU), 12033 Agency Rd., Parker, AZ 85344 *Nevada Skies Youth Wellness Center, 104 Big Bend Ranch Rd., Wadsworth, NV 89442 *Desert Visions Youth Wellness Center, 198 S. Skills Center Rd., Bldg 100, Sacaton, AZ 85147 *Unitah & Ouray Indian Health Service (U&O), 6822 E 1000 S., Ft. Duchesne, UT 84026 *Elko Southern Bands Clinic, 515 Shoshone Circle, Elko, NV 89801 *Sherman IHS Clinic, 9010 Magnolia Ave., Riverside, CA 92503 QUOTE DUE DATE: Written quotes must be received in the email box by 09/14/2020 8:00 AM AZT. Vendors shall take into consideration the time it takes to email large files; there is usually a delay for those files to undergo virus scans. Late quotes may not be considered. �Oral presentations to demonstrate the capability of proposed software will be offered virtually. Oral presentations will be held 09/15-09/17; vendors must request a time for a one hour slot for presentation no later than 09/04/2020 3:30 PM AZT � requests submitted after this time may not be considered. Requests for meetings must include the meeting platform that will be used to present materials. An oral presentation is not required, but preferred. All vendors must submit a timely written quote by the designated due date and time, not their oral presentation date/time. CUT-OFF FOR QUESTIONS: 09/09/2020 8 AM AZT � all questions must be submitted via email. COMMUNICATION: Vendors shall use the �follow this requirement� subscription in BETA.SAM.gov to receive important due date and question/answer notifications. Updates may not be disseminated through email. Interested vendors should use one main representative to communicate questions, scheduling requests and any other requests/comments/concerns IN EMAIL TO BOTH: Ashley.Velasquez@ihs.gov and Dekovan.Cook@ihs.gov INITIAL OFFERS; COMMUNICATIONS WITH OFFERORS: IHS may initiate action to award a contract at any point after review of the initial offers. Therefore, offers should reflect the Offeror's best terms both from a technical and cost standpoint. After receipt and evaluation of initial proposals, the Contracting Officer may communicate with Offerors to establish the competitive range. Communications shall be limited to Offerors whose past performance information is the determining factor preventing them from being placed within the competitive range, or whose exclusion from, or inclusion in, the competitive range is uncertain. Communication during oral presentations does to apply to this section. COMPETITIVE RANGE: If after evaluating all proposals in accordance with this solicitation, and based upon the ratings of each proposal against all evaluation criteria, the Contracting Officer cannot make an award, a competitive range comprised of all the most highly rated proposals will be established. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. NEGOTIATIONS: IHS will negotiate only with those Offerors who have been placed in the competitive range, as established under procedures above. The Contracting Officer will conduct negotiations on behalf of the Government in order to obtain the best value to the Government. Other IHS personnel may assist the Contracting Officer. REQUIREMENT SCOPE: Estimated numbers Phoenix Indian Medical Center (PIMC) � needs 80 licenses and hardware Whiteriver Service Unit (WRSU) � needs 36 licenses and hardware Fort Yuma Service Unit (FYSU) � needs 10 licenses and hardware PRICING: Quotes shall be clearly organized, by facility, separated by line item of accountable property (items that would be inventoried by Property), and service options for years two-five (4 one-year options) of the contract. See the below table as an example: SEE ATTCHMENTS. Quotes must be submitted electronically to Ashley.Velasquez@ihs.gov. This is an open-market combined synopsis/solicitation for products as defined herein. The government intends to award a contract as a result of this combined synopsis/solicitation to the responsive and responsible vendor whose conforming response is determined to provide the best value to the Government, price and other factors considered. This combined synopsis/solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2020-08�dated 08-13-2020. The provision at FAR 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. The full text of FAR provisions or clauses may be accessed electronically at http://acquisition.gov/comp/far/index.html. The following solicitation provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items JAN 2017 FAR 52.212-3, Offerors Representations and Certifications Commercial Items NOV 2017 Offerors must complete annual representations and certifications on-line at http://SAM.gov in accordance with FAR 52.212-3, Offerors Representations and Certifications Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. CLAUSES INCORPORATED BY REFERENCE: The following provisions and clauses shall apply to this solicitation: 52.252-2 Clauses Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): https://www.acquisition.gov/far/ (FAR) and (HISR); 52.204-7 System for Award Management (Oct 2016) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (Oct 2016) 52.204-13 System for Award Management Maintenance (Oct 2016) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.204-18 Commercial and Government Entity Code Maintenance (Jul 2016) 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) 52.209-6 Protecting the Government�s Interest - Subcontracting with contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.211-7 Delivery of Excess Quantities (Sep 1989)52.212-1 Instructions to Offerors � Commercial Items (OCT 2015) 52.212-1 Instructions to Offerors � Commercial Items (Jan 2017) 52.212-3 Offeror Representations and Certification - Commercial Items (MAR 2016); 52.212-4 Contract Terms and Conditions Commercial Items (MAY 2015); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2016); 52.217-5 Evaluation of Options (JULY 1990); 52.217-8 Option to Extend Services (NOV 1999); 52.217-9 Option to Extend the Term of the Contract (MAR 2000); 52.222-3 Convict Labor (JUN 2003); 52.222-21 Prohibition of Segregated Facilities (APR 2015); 52.222-26 Equal Opportunity (APR 2015); 52.222-36 Equal Opportunity For Workers With Disabilities (JUL 2014); 52.222-41 Service Contract Labor Standards (MAY 2014); 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer � System for Award Management (JUL 2013) (31 U.S.C. 3332); 52.232-34 Payment by Electronic Funds Transfer � Other than System for Award Management (MAY 1999); 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.233-2 Service of Protest (SEP 2006) 52.232-40 Providing Accelerated Payments to Small business Subcontractors (Dec 2013) 52.246-4 Inspection of Services � Fixed Price (Aug 1996) 52.247-34 F.o.b. Destination (Nov 1991) 52.252-1 Solicitation Provisions Incorporated by Reference 13.5 ADDENDUM to FAR 52.212-5 Instructions to Offerors � Commercial Items 13.5 Simplified Procedures for Certain Commercial Items CLAUSES INCORPORATED BY FULL TEXT: 52.212-2 � Evaluation � Commercial Items (Oct 2014) The provision at FAR 52.212-1, Instructions to offerors - Commercial, applies to this solicitation. TECHNICAL PROPOSAL: Offerors must submit a technical narrative outlining their capabilities for this project; specifically, how their program meets each of the salient characteristics of this requirement. The technical narrative is limited to 10 pages, not including the cover page. Any pages in excess of 10 pages may not be evaluated. In addition, the slide deck for the oral presentation shall be submitted at the time of offer, labeled separately. RECENT & RELEVANT PAST PERFORMANCE: Offerors must submit past performance that is current and relevant as defined herein. Offerors may submit a maximum of 5 (minimum of 3) examples of their past performance with their offer to include prime contract and subcontracts. Past performance information should contain the following: Project title; Description of the project; Contract number; Contract amount; Government Agency/Organization; COR�s & CO�s name, address, and phone number; Current status, e.g., completed and/or if in progress, start and estimated completion dates; and A brief narrative of why you deem the reference to be relevant to this effort. The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the probability of success relative to the required effort. Recent is defined as having been completed within the last 24 months from close date of this solicitation. Relevant is defined as any contract or subcontract valued at $25,000 or greater with a similar type requirement. Relevant Past Performance evaluation via Past Performance Information Retrieval System (PPIRS). PPIRS records for the identified contract will be assessed and other records within PPIRS may be considered. No submission is required for this section. FAR 52.212-2, Evaluation � Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and past performance, when combined, are significantly more important than price. The following factors shall be used to evaluate offers: (1) Technical capability to meet the Government requirement; (2) Past Performance, and (3) Price; wherein these factors are in descending order of importance. The sub-factors under each factor, where applicable, are listed in descending order of importance. This factor addresses the Technical Capability of the proposed solution to meet the Government�s requirement, in conjunction with the salient characteristics identified above: Trainability; Versatility; Compatibility; Expandability; Administrative functionality; Hardware-integrated solution/support; Product training/tutorial support. This factor addresses the recent and relevant past performance of the Offeror, as a prime contractor, as well as, all proposed subcontractors, in successfully deploying comparable technical solutions, in size and complexity to these requirements. Consideration will be given to the following: �Offeror Qualifications: Timeliness of performance Cost control Effective management Customer satisfaction Quality awards Price will be compared based upon the sum total of all line items and proposed option years as a total contract value. �(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Options will not be contemplated for this requirement. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) 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 (May2019) (a) 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 acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (3) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (4) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (5) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] �X� (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). �X� (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C).������ �X� (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). �X�� (8) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). �X�� (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). �X�� (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). �X�� (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). �X�� (20) 52.219-16, Liquidated Damages�Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). �X�� (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). �X�� (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). �X�� (26) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). �X�� (29) (i) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). �X�� (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). �X�� (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). �X�� (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627). �X�� (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). �X� (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) �X� (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). �X� (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). �X�� (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). �X�� (55) 52.232-33, Payment by Electronic Funds Transfer--System for Award Management (Oct 2018) (31 U.S.C. 3332). �(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause� (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Jan 2019) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). (iv) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (v) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (vi) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vii) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (viii) 52.222-35, Equal Opportunity for Veterans (Oct 2019) (38 U.S.C. 4212). (ix) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (x) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (xi) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xii) 52.222-41, Service Contract Labor Standards (Aug 2018), (41 U.S.C. chapter 67). (xiii) (A) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiv) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xvi) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvii) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xviii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xix) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xx) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xxi) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 52.252-1 � Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm 52.252-2 � Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm Dept. of Health & Human Services Acquisition Regulation (HHSAR) (48 CFR Chapter 3) Clauses (incorporated by reference): HHSAR Clause No.�� ���������������������������� Title ���������������������������������������������������������������������� ��������������� Date 352.203-70��������������������������������������������� Anti-Lobbying������������������������������������������������������� ��������������� DEC 2015 352.208-70��������������������������������������������� Printing and Duplication�������������������������������������� ��������������� DEC 2015 352.223-70��������������������������������������������� Safety and Health�������������������������������������������������� ��������������� DEC 2015 352.227-70��������������������������������������������� Publications and Publicity������������������������������������ ��������������� DEC 2015 352.239-74��������������������������������������������� Electronic and Information Technology Accessibility�������� DEC 2015 ������������������������������������������������������������������������������� Arizona State Taxes. The Department of Health and Human Services, Phoenix Indian Medical Center, is Tax Exempt under A.R.S.42-5063(C)(3)(a), A.R.S.42-5067(B)(1), A.R.S.42-5065(B)(2)(a), A.R.S.42-5066(B)(3) (a), A.R.S.42-5074(B)(8), A.R.S.42-5071(B)(2)(a), A.R.S.42-5061(A)(25)(a), and A.R.S.42-5159(A)(13)(a),(b),(c), State of Arizona Department of Revenue. (Copy of Certificate available upon request). Contractor is responsible for determining and paying all required taxes. The final quotation amount shall include all applicable taxes. Award amount shall not be adjusted due to failure of the offeror to include taxes into the quotation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/65be6775f3c14ba796d995df1439cd6b/view)
 
Place of Performance
Address: Phoenix, AZ 85004, USA
Zip Code: 85004
Country: USA
 
Record
SN05793814-F 20200912/200910230152 (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.