Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 07, 2024 SAM #8228
SOLICITATION NOTICE

70 -- Acute Adult w Acute Pediatrics Renewal and Retrospective Monitoring Renewal

Notice Date
6/5/2024 10:47:57 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513210 —
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
IHS1496566
 
Response Due
6/19/2024 1:30:00 PM
 
Archive Date
07/04/2024
 
Point of Contact
Misti Bussell, Phone: 9183426235
 
E-Mail Address
misti.bussell@ihs.gov
(misti.bussell@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 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).��Submit only written quotes for IHS1496566 for Acute Adult with Acute Pediatrics and Retrospective Monitoring products. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05.� This solicitation is 100% BUY INDIAN SET-ASIDE.� The associated NAICS code is 513210. This RFQ contains five (5) Line Item, for Acute Adult with Acute Pediatrics and Retrospective Monitoring products for a base year as follows: CLIN DESCRIPTION QTY UNIT Unit Price TOTAL 0001 08/27/2024 � 08/26/2025 � BASE YEAR � Acute Adult with Acute Pediatrics Renewal and Retrspective Monitoring Reneal 1 ea 0002 08/27/2025 � 08/26/2026 � BASE YEAR � Acute Adult with Acute Pediatrics Renewal and Retrspective Monitoring Reneal 1 ea 0003 08/27/2026 � 08/26/2027 � BASE YEAR � Acute Adult with Acute Pediatrics Renewal and Retrspective Monitoring Reneal 1 ea 0004 08/27/2027 � 08/26/2028 � BASE YEAR � Acute Adult with Acute Pediatrics Renewal and Retrspective Monitoring Reneal 1 ea 0005 08/27/2028 � 08/26/2029 � BASE YEAR � Acute Adult with Acute Pediatrics Renewal and Retrspective Monitoring Reneal 1 ea � PERIOD OF PERFORMANCE: (Base Period); Base Year: ���������������� 08/27/2024 through 08/26/2025 Option Year One:������� 08/27/2025 through 08/26/2026 Option Year Two:������� 08/27/2026 through 08/26/2027 Option Year Three:���� 08/27/2027 through 08/26/2028 Option Year Four:������ 08/27/2028 through 08/26/2029 Vendor Requirements: See attached Statement of Work. Submit Quotes no later than: June 19, 20024 @ 4:30AM CST� to the Following Point of Contact: Misti Bussell, misti.bussell@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 *The contractor shall provide the CIH QAPI department with: � InterQual Acute Adult Criteria � InterQual Pediatric Criteria � InterQual Retrospective Monitoring Criteria � InterQual Learning, Mobile, View, and View (SQL) � AMA CPT Codes IQ � Acute Virtual Instructor Led Training to include case scenarios, workflow discussion, best practices and navigation training. � Ad hoc support of these software services, as needed. 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; FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (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; FAR 52.212-5, 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 52.217-8, Option to Extend Services, FAR 52.217-9, Option to Extend the Term of the Contract, FAR 52.219-6, Notice of Total Small Business Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-13, Notice of Set-Aside of Orders; FAR 52.219-28, Post-Award Small Business Program Representation; 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, Service Contract Act of 1965; 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. Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (misti.bussell@ihs.gov)� Mail quotations to Claremore Indian Hospital, Attn: Misti Bussell, 101 S Moore Ave, Claremore, OK 74017 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. For additional information, please contact the Purchasing Agent, Misti Bussell, misti.bussell@ihs.gov 918-342-6235
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fb6cfbccacaa458b8bb8da83ae48a778/view)
 
Place of Performance
Address: Claremore, OK 74017, USA
Zip Code: 74017
Country: USA
 
Record
SN07087592-F 20240607/240605230119 (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.