Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2023 SAM #7908
SOLICITATION NOTICE

Q -- IHS, Oklahoma Area General Surgeon Services

Notice Date
7/21/2023 1:51:59 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
HHSI246-23-Q-0155
 
Response Due
8/4/2023 3:00:00 PM
 
Archive Date
08/19/2023
 
Point of Contact
Judy Eaves, Phone: 4059513856, Fax: 4059513771
 
E-Mail Address
judy.eaves@ihs.gov
(judy.eaves@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
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; proposals are being requested.� The solicitation is issued as Request for Quote (RFQ) # HHSI246-23-Q-0155 to award multiple blanket purchase agreements (BPA) for non personal general surgeon services for a period of performance of one year plus two option years.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular�s most current version. This procurement is set-aside for Indian Economic Enterprises (IEE) under NAICS Code 561320 with a standard business size of $34.0 M. The Indian Health Service intends to award multiple firm fixed blanket purchase agreements (BPA) to multiple IEE vendors.� The Government may make an award without discussion therefore, the quote should contain the best price and shall be determined to be the best overall value and most advantageous to the Government.�� 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.far.gov. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014), applies to this acquisition. In addition to the information required in FAR 52.212-1, proposals will be evaluated in two phases. Under Phase One, proposals will be evaluated first.� Vendors are to provide the following: (1) Candidate(s) CV � vendors may provide any or all candidates as outlined below: ��������������� a) General surgeon for Lawton Indian Hospital able to work at least six months with an option to extend (start date is approximately 60 days from BPA award) ��������������� b) General surgeon for Lawton Indian Hospital able to work at least six months with an option to extend (start date is approximately 60 days from BPA award) ��������������� c) General surgeon for Claremore Indian Hospital able to work at least six months with an option to extend (start date is approximately 60 days from BPA award) (2) Vendor�s past performance references to include the contact name, email, phone number, and work affiliation; (3) Verification of indemnification, and (4) All-inclusive rates (fully burdened rates). Under Phase Two, the government may evaluate proposals that were unable to supply the candidates at time of award, as listed above (anticipation is that at some point during the award period of performance, candidates would be supplied).� Vendors are to provide the following: �(1) Vendor�s past performance references to include the contact name, email, phone number, and work affiliation; (2) Verification of indemnification, and (3) All-inclusive rates (fully burdened rates). The provisions of 52.212-2, Evaluation � Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award this solicitation to the responsible offeror 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) Past Performance (3) Candidate (Phase One only).�� Candidate factor is most important and then past performance and price. The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Items (May 2015), applies to this acquisition.� The FAR and HHSAR clauses that apply are listed in the solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders�Commercial Items (May 2015) applies to this acquisition. Quotes are due by 5:00 pm CST, August 4, 2023, and shall be emailed to Judy Eaves at judy.eaves@ihs.gov.� All responsible sources may submit a response which, if timely received, will be considered by the agency. Surgeons must be employed at the time of award to be considered.� The surgeons will be full time at the Claremore, OK facility and/or the Lawton, OK facility.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bccd642e254946048d92c5fa5c691073/view)
 
Place of Performance
Address: Oklahoma City, OK 73114, USA
Zip Code: 73114
Country: USA
 
Record
SN06758748-F 20230723/230721230044 (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.