Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 06, 2023 SAM #8044
SOLICITATION NOTICE

Q -- CHIROPRACTOR- CLINTON IHC

Notice Date
12/4/2023 11:58:42 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
246-24-Q-0016
 
Response Due
12/11/2023 8:00:00 AM
 
Archive Date
12/26/2023
 
Point of Contact
Ronay Burns
 
E-Mail Address
Ronay.Burns@ihs.gov
(Ronay.Burns@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 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) # 246-24-Q-0016.��Submit only written quotes for this RFQ. This solicitation is 100% SMALL BUSINESS SET ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04.� The associated NAICS code is 621310. This RFQ contains One (1) Line Item: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 CHIROPRACTIC SERVICES AT CLINTON INDIAN HEALTH CENTER. 2024-2025 1200 HR 0002 CHIROPRACTIC SERVICES AT CLINTON INDIAN HEALTH CENTER. 2025-2026 1200 HR 0003 CHIROPRACTIC SERVICES AT CLINTON INDIAN HEALTH CENTER. 2026-2027 1200 HR 0004 CHIROPRACTIC SERVICES AT CLINTON INDIAN HEALTH CENTER. 2027-2028 1200 HR 0005 CHIROPRACTIC SERVICES AT CLINTON INDIAN HEALTH CENTER. 2028-2029 1200 HR PERIOD OF PERFORMANCE: BASE PLUS FOUR OPTION YEARS Vendor Requirements: ��SEE ATTACHED STATEMENT OF WORK Submit Quotes no later than: 12/11/2023 10:00a.m. CDT� to the Following Point of Contact: Ronay Burns, Contract Specialist, via Email: ronay.burns@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation -- Commercial Items (completed as follows): (a) The Government will award a firm fixed price 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: Lowest Price Technically Acceptable To be considered technically acceptable, items must meet the following: Technical as well as price will be a deciding factor for award of a purchase order.� The due date for this requirement is DECEMBER 11, 2023 @ 10:00 AM CT.� THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: � 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. (PROVIDE A UEI) Propose and provide an all-inclusive hourly rate for services for a base plus four option years �Current license as a Chiropractor (any U.S. state or territory). �Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. �Documentation of two past performances �Resume EVALUATION RATING INFORMATION Rating: Five: Outstanding-Proposal meets 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. Rick 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: Marginal- Proposal does not clearly meet requirements and has not demonstrated an adequate approach and understanding of the requirements. The proposal has one or more weaknesses, which are not offset by strengths. Risk of unsuccessful performance is high. One: Unacceptable- Proposal does not meet requirements and contains one or more deficiencies. Proposal is awardable. ** Please note that potential awardees will be required to pass a background investigation from the IHS Human Resources Department. This process may take up to two weeks ** The contractor shall come on-site to the Pawnee Indian Health Center to upgrade the This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is all inclusive.� PROVISIONS:� The following FAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offeror- Commercial Items (MAR 2023); FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (DEC 2022) (the offeror should include a completed copy of this provision with their quote). CLAUSES:� The following FAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2022); FAR 52.212-5 (JUN 2023), 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 52.219-8; 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. FAR 52.217-8 Option To Extend Services (Nov 1999), FAR 52.217-9 Option To Extend The Term Of The Contract (Mar 2000) Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (ronay.burns@ihs.gov)� 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8a9670ad53364c9d80010d4cacbeac32/view)
 
Place of Performance
Address: Clinton, OK 73601, USA
Zip Code: 73601
Country: USA
 
Record
SN06901403-F 20231206/231204230051 (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.