Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 23, 2021 SAM #7327
SOLICITATION NOTICE

Q -- KHC Laboratory - Newborn Screening Service

Notice Date
12/21/2021 6:28:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
921110 — Executive Offices
 
Contracting Office
NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
 
ZIP Code
86515
 
Solicitation Number
KHC-SD-2022-0006
 
Response Due
12/23/2021 2:00:00 PM
 
Archive Date
01/07/2022
 
Point of Contact
Sheila Denny, Phone: 9286974027
 
E-Mail Address
Sheila.Denny@ihs.gov
(Sheila.Denny@ihs.gov)
 
Description
The Kayenta Service Unit population of 20,000 is spread across a remote and sparsely populated area. Kayenta is in a traditional part of the reservation. Services are provided to 200 patients each day in continuity or walk-in clinics and in a 24 hour/day, 7 day/week emergency room. The clinic has on site lab, x-ray and pharmacy services. Services available include general medical care, pediatrics, internal medicine, mental health, women's health, health promotion/disease prevention services, community education, comprehensive school health curriculum support, injury prevention, and fitness activities. 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 is a combined synopsis/solicitation. Therefore it constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. The Navajo Area Indian Health Services, Kayenta Health Center Laboratory Department is requesting for a contractor to provide Newborn Metabolic Screen Service on an �As Needed Basis�. The contractor shall be registered in the System for Award Management (SAM) system, and maintain an Active Entity account throughout the contract term. (i) KHC-SD-2022-0006 this solicitation will be in accordance to request for quotation (RFQ) utilizing FAR Part 12 Commercial Items and FAR Part 13 Simplified Acquisition Procedures. This solicitation is issued as Unrestricted Set Aside. (ii) A statement that the solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02. (iii) The associated North American Industry Classification System code and small business size standard that will be utilized for this requirement is 921110. (iv) Purpose of the Contract: This requirement is to provide Newborns Metabolic Screening for Laboratory Department. Period of Performance to cover from January 1, 2022 through December 31, 2022. (v) Date & Place of Deliver: Date: TBD; Kayenta Health Center, HWY 160, South Milepost 394.3, Kayenta, AZ 86033. (vi) Service below needed for proposal: **Fee Schedule�Attachment� (vii) Evaluation Factors: The Government reserves the right to issue a single award or multiple awards to the schedule contractor(s) whose quote represents the best value as defined by FAR 2.101. In determining best value, the following evaluation factors will be considered: 1. Technical Capability: Warranty Terms Service Coverage (if applicable) 2. Logistics: Delivery Terms 3. Price: technical factors are significantly more important than price, price will be used as a form of tie breaker if should two or more responses be equal of points. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. THE FOLLOWING FEDERAL ACQUISITION CLAUSES WILL APPLY TO ANY RESULTANT CONTRACT: The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-7, 52.204-9, 52.211-6, 52.211-16, 52.212-4, 52.212-5, 52.229-3, 52.232-18. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-41, 52.222-42, 52.222-43, 52.223-9, 52.225-13, 52.232-33 and 52.223-99: 52.223-99 ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (OCT 2021) (DEVIATION) (a) Definition. As used in this clause - United States or its outlying areas means� (1) The fifty States; (2) The District of Columbia; (3) The commonwealths of Puerto Rico and the Northern Mariana Islands; (4) The territories of American Samoa, Guam, and the United States Virgin Islands; and (5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll. (b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985). (c) Compliance. The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contractors/ (d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/oamp/dap/hhsar.html. PROPOSAL SUBMISSION INSTRUCTIONS: All responsible offerors may submit a proposal, which shall be considered via email to Sheila.Denny@ihs.gov, Department of Acquisition Management and Contracts, no later than 5:00 p.m., EST on December 23, 2021.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aa36ae8bc7a24ed496014e8e1bcc55f4/view)
 
Place of Performance
Address: Kayenta, AZ 86033, USA
Zip Code: 86033
Country: USA
 
Record
SN06202524-F 20211223/211221230115 (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.