Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 04, 2021 SAM #7155
SOLICITATION NOTICE

R -- Virtual Conference Support Services

Notice Date
7/2/2021 1:20:55 PM
 
Notice Type
Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
DIVISION OF ACQUISITIONS POLICY HQ ROCKVILLE MD 20857 USA
 
ZIP Code
20857
 
Solicitation Number
75H70421Q00027
 
Response Due
7/8/2021 9:00:00 PM
 
Archive Date
07/24/2021
 
Point of Contact
Paul Premoe
 
E-Mail Address
paul.premoe@ihs.gov
(paul.premoe@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
(i)�� �This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued.� (ii)�� �Solicitation number 75H70421Q00027 applies, and is issued as a Request for Quote (RFQ).� (iii)�� �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular� � � 2021-05.� (iv)�� �This requirement is a total Indian Small Business Economic Enterprise (ISBEE) set-aside and the associated NAICS is 541990 with small business size standard of $16.5M. Non-ISBEE offerors will not be considered for the award. (v)� � Firm-Fixed-Price quotation�inclusive of the direct and and related indirect�costs for the Labor, All-Inclusive Meeting Platform, Registration Website, 508 Compliance services, and Audio-Visual, etc., to successfuly support the Virtual Event, shall be submitted for the award consideration. (vi)�� �The purpose of this acquisition is to acquire an event management contractor to assist with the planning and execution of the 2021 Indian Health Service (IHS) Office of Information Technology (OIT) and Office of Resource Access and Partnerships (ORAP) Virtual Partnership Conference. �See the attached Performance Work Statement (PWS) for details. � (vii)�� �The performance period begin immediately upon signing of the award and until 09/30/2021. �This contract is to support one Virtual event scheduled on the week of August 16, 2021. � (viii)�� �The provision at 52.212-1, Instructions to Offerors � Commercial Items (Jun 2020)� (ix) �� �52.212-2, Evaluation � Commercial Items, applies to this solicitation (Oct 2014) 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. The following factors shall be used to evaluate offers: (i) Technical Capability, (ii) Key Personnel, (iii) Relevant Past Performance and (iv) Price; All technical factors other than price, when combined, are more important than price. See the attached Evaluation Factors for details. (x)�� �Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021), with its offer. �The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v)) of this provision. (xi)�� �FAR 52.212-4 Contract Terms and Conditions � Commercial Items (Oct 2018) applies to this acquisition. The following addendum applies: �Email Addresses for submission of invoices are Paul.Premoe@ihs.gov, COR�s email, and HQInvoices@ihs.gov. (xii)�� �52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2021) (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) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.� � � � � � � � �(Aug 2020) (Section 889(a)(1)(A) of Pub. L. 115-232). � � � � � �(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). � � � � � �(5) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). � � � � � �(6) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Public Laws 108-77 and 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: � � � � � � (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (June 2020), with Alternate I (Oct 1995) (41 U.S.C.� � � � � � � � � 4704 and 10 U.S.C. 2402). � � � � � � (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Jun 2020) (41 U.S.C. 3509)). � � � � � � (3) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or� � � � � � � � � � � � � Proposed for Debarment. (Jun 2020) (31 U.S.C. 6101 note). � � � � � � (4) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct 2018) (41 U.S.C. 2313). � � � � � � (5) 52.219-8, Utilization of Small Business Concerns (Oct 2018) (15 U.S.C. 637(d)(2) and (3)). � � � � � � (6) (i) 52.219-13, Notice of Set-Aside of Orders (Mar 2020) (15 U.S.C. 644(r)). � � � � � � (7) 52.219-14, Limitations on Subcontracting (Mar 2020) (15 U.S.C. 637(a)(14)). � � � � � � (8) (i) 52.219-28, Post Award Small Business Program Rerepresentation (Nov 2020) (15 U.S.C. 632(a)(2)). � � � � � � (9) 52.222-3, Convict Labor (Jun 2003) (E.O.11755). � � � � � � (10) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan2020) (E.O.13126). � � � � � � (11) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). � � � � � � (12) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O.11246). � � � � � � (13) (i) 52.222-35, Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). � � � � � � (14) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). � � � � � � (15) 52.222-37, Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). � � � � � � (16) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). � � � � � � (17) (i) 52.222-50, Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627). � � � � � � (18) 52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 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.) � � � � � � (19) (i) 52.223-13, Acquisition of EPEAT�-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). � � � � � � (20) 52.223-15, Energy Efficiency in Energy-Consuming Products (May 2020) (42 U.S.C. 8259b). � � � � � � (21) (i) 52.223-16, Acquisition of EPEAT�-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). � � � � � � (22) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) (E.O. 13513). � � � � � � (23) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct2018) (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: � � � � � � (1) 52.222-41, Service Contract Labor Standards (Aug 2018) (41 U.S.C. chapter67). � � � � � � (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). � � � � � � (3) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014)� � � � � � � � � � � � � � � � � � (29 U.S.C.206�and 41 U.S.C. chapter 67). � � � � � � (4) 52.222-55, Minimum Wages Under Executive Order 13658 (Nov 2020). � � � � � � (5) 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2017) (E.O. 13706). � � � � � � (6) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Jun 2020) (42 U.S.C. 1792). �� �(End of clause) (xiii)�� �52.252-1, The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: a)�� �52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 - Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. �This solicitation incorporates solicitation provisions and 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. 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 address: �www.acquisition.gov/far/. b)�� �The following HHSAR clauses are incorporated to this RFQ: 1.�� �326.6�Acquisitions Under The Buy Indian Act, 25 U.S.C. 47 2.�� �352.215-70 � Late Proposals and Revisions (Dec2015) 3.�� �352.223-71 � Instructions to Offerors�Sustainable Acquisition (Dec 2015) 4.�� �352.226-1 � Indian Preference (Dec 2015) 5.�� �352.226-2 � Indian Preference Program (Dec 2015) (xiv)�� �n/a � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� (xv)�� �Quotations are due by 12:00 PM EST on 9 July, 2021. Email the quotation to paul.premoe@ihs.gov. �Questions are due on 30 June, 2021 by 2:00 p.m. EST. �Offeror must confirm IHS� receipt of their quotation. �� � (xvi)�� �POC is Paul Premoe, Contracting Officer, paul.premoe@ihs.gov. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/85407f06cdba45ca8355b80969718bee/view)
 
Record
SN06050477-F 20210704/210702230111 (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.