Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2023 SAM #7849
SOLICITATION NOTICE

Q -- IHS, Oklahoma Area Registered Nurse Services

Notice Date
5/23/2023 8:04:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-23-Q-0091
 
Response Due
5/5/2023 8:00:00 AM
 
Archive Date
05/20/2023
 
Point of Contact
Judy Eaves, Phone: 4059513856, Fax: 4059513771
 
E-Mail Address
judy.eaves@ihs.gov
(judy.eaves@ihs.gov)
 
Description
**************************************************************************************** THIS SOLICITATION IS CANCELLED EFFECTIVE IMMIDIATELY **************************************************************************************** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-22-Q-0091.��Submit only written quotes for this RFQ. This solicitation is NOT SET ASIDE for Small Business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02.� The associated NAICS code is 621399. Period of Performance: 05/18/2023 � 05/17/2024 Vendor Requirements: ��SEE ATTACHED SPECIFICATIONS Submit Quotes no later than: 05/05/2023 10:00a.m. CDT� to the Following Point of Contact: Judy Eaves, Contract Specialist, via Email: judy.eaves@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): The Government will award multiple firm fixed price blanket purchase agreements resulting from this solicitation to the responsible offeror(s) whose offer conforming to the solicitation will be the best overall value and most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price and (2) Past Performance.�� All factors are equal in importance. PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (the offeror should include a completed copy of this provision with their quote).� In addition to the information required in FAR 52.212-1, offerors shall provide the following: (1)� two past performance references to include the contact name, email, phone number, contract number, contract period of performance and contract value; (2) verification of indemnification, and (3) all-inclusive rates on the attached SF-1449. Past performance shall demonstrate how well the offeror delivers quality patient care; meets customer expectations; complies with previous federal contracts and statements of work; demonstrates ability to manage and meet priority timelines; and demonstrate overall performance on work similar in complexity to services described in the statement of work.� Government reserves the right to use both the information provided in the offeror�s proposal and information obtained from other sources, such as the Contractor�s Performance Assessment Reporting System (CPARS) or similar systems, and commercial sources. The Government may also use information from its own files, information provided by the offeror, or from any other sources it deems appropriate.� The proposed prices will be evaluated for price reasonableness. Reasonableness must represent a price to the Government a prudent person would pay in the conduct of competitive business.� Offerors are cautioned that unreasonable prices may be grounds for eliminating a proposal from the competition based upon an apparent lack of understanding of the requirement. CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018); FAR 52.212-5 (MAR 2020), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): �FAR 52.203-6 Restrictions on Subcontractor Sales to the Government;� 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.216-27 Single or Multiple Awards (Oct 1995); FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving;� FAR 52.225-1, Buy American Act--Supplies;� FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41,FAR 52.222-43 Fair Labor Standards Act and Service Contract Act � Price Adjustment.��The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, DUNS number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. All responsible sources may submit a response which, if timely received, will be considered by the agency.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a1ff171257764b3a96ac74ae6861c52b/view)
 
Place of Performance
Address: Oklahoma City, OK 73114, USA
Zip Code: 73114
Country: USA
 
Record
SN06691548-F 20230525/230523230118 (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.