SOLICITATION NOTICE
Q -- Chiropractic Services - Clinton Indian Health Center
- Notice Date
- 6/17/2022 8:54:32 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621310
— Offices of Chiropractors
- Contracting Office
- OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
- ZIP Code
- 73114
- Solicitation Number
- 246-22-Q-0109
- Response Due
- 7/1/2022 12:00:00 PM
- Archive Date
- 07/16/2022
- Point of Contact
- Ronay English
- E-Mail Address
-
Ronay.English@ihs.gov
(Ronay.English@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 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 constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� The solicitation is issued as Request for Quotes (RFQ) 246-22-Q-0109 This procurement is 100% small business set-aside under NAICS code 621310 with a standard business size of $7.5M. Contractor shall provide a firm, fixed-price all-inclusive hourly rate for 1080 hours, for one-year period of service. Estimated start date is August 1, 2022. The closing date for receipt of quotes is July 1, 2022.� Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, and Attn: Ronay English-Burns, no later than 2:00 p.m., on July 1, 2022.� The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. ��Please do not email RFQ�s.� Qualified vendors will review the following and submit applicable information.� No phone inquiries! All questions due by June 24,2022. STATEMENT OF WORK- ATTACHED CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017), applies to this acquisition. In addition to the information required in FAR 52.212-1, prospective contractors shall provide the following: (1) UEI (note: Contractors must be registered in the System for Award Management (SAM) Registration to be eligible for award. This can be done at https://www.sam.gov/portal/public/SAM/#1) (2) Current license as a Chiropractor (3) Medical Liability Insurance $1million/$3 million (4) All-inclusive hourly rate, for one year of service (5) Two relevant past performance references: to include the contact name phone number, contract number, company name, brief description of project (6) Resume that includes TWO references THE PROVISIONS OF 52.212-2, EVALUATION � COMMERCIAL ITEMS (OCT 2014) applies to this acquisition. The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications; (3) Past Performance. Quotes will be evaluated on a 1-5 scale as follows: 1) Unacceptable, 2) Marginal, 3) Acceptable 4) Good and 5) Outstanding. THE CLAUSE AT FAR 52.212-4, CONTRACT TERMS AND CONDITIONS�COMMERCIAL ITEMS (OCT 2018), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Confidentiality of Information (Jan 2006), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). THE CLAUSE AT FAR 52.212-5, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUES OR EXECUTIVE ORDERS�COMMERCIAL ITEMS (JAN 2020) applies to this acquisition. The following clauses apply: 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015); 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); 52.222-50, Combating Trafficking in Persons (March 2015); 52.232-33, Payment by Electronic Funds Transfer�Central Contractor Registration (Jul 2013). PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (JUL 2013). 352.232-71, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS ELECTRONIC SUBMISSION OF PAYMENT REQUESTS (FEB 2022) � EVALUATION CRITERIA � Technical as well as price will be a deciding factor for award of a purchase order.� The due date for this requirement is July 1, 2022 @ 2:00 PM CT.� THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: � 1) UEI - registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/.� Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. 2) Pricing rate for approximately one year of service. 3) Current license as a Chiropractor (any U.S. state or territory). 4) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. 5) Documentation of two past performances 6) Resume (Two references)� 2. EVALUTION RATING INFORMATION The Government intends to award one from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the most advantageous to the Government (IHS), price and factors below considered. The following factors shall be used to evaluate quotes: Qualifications (resume, UEI, Insurance, license/certifications) Past Performance (2 past performances/ 2 references) Price (approximately one year) RATING: Five: Outstanding- Proposal meets all requirements and indicates an exceptional approach and understanding of the requirements. Strengths far outweigh any weaknesses. Significantly exceeded performance or capability standard. Risk of unsuccessful performance is very low. Four: Good- Proposal meets requirements and indicates a thorough approach and understanding of the requirements. Exceeded some performance or capability standards. Proposal contains strengths, which outweigh any weaknesses. Risk of unsuccessful performance is low. Three: Acceptable- Proposal meets requirements and indicates an adequate approach and understanding of the requirements. Strengths and weaknesses are offsetting or will have little or no impact on contract performance. Risk of unsuccessful performance is no worse than moderate. Two: Moderate- Proposal does no clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses, which are no offset by strengths. Risk of unsuccessful performance is high. One: Unacceptable- Proposal does not meet requirements and contains one or more deficiencies. Proposal is un-awardable. ** Please note that potential awardees will be required to pass a background investigation from the IHS Human Resource Department.� This process may take up to three weeks **
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/35087fcdb7eb4a639212d1bdb698ad6f/view)
- Place of Performance
- Address: Clinton, OK 73601, USA
- Zip Code: 73601
- Country: USA
- Zip Code: 73601
- Record
- SN06362156-F 20220619/220617230107 (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 |