Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2024 SAM #8417
SOLICITATION NOTICE

R -- SIMULATION TRAINING- IHS

Notice Date
12/11/2024 4:36:35 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-25-Q-0015
 
Response Due
12/16/2024 12:00:00 PM
 
Archive Date
12/31/2024
 
Point of Contact
Ronay Burns
 
E-Mail Address
Ronay.Burns@ihs.gov
(Ronay.Burns@ihs.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and 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) # 246-25-Q-0015. Submit only written quotes for this RFQ. This solicitation is 100% INDIAN SMALL BUSINESS ECONOMIC ENTERPRISE SET ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-05. The associated NAICS code is 423430. *** Please see the attached price schedule for the CLIN and Line Item. *** PERIOD OF PERFORMANCE: 01/01/2025 � 12/31/2028 ( 3 YEAR BLANKET PURCHASE ORDER) The estimated value of the Blanket Purchase Agreement (BPA) Order is $250,000.00 Vendor Requirements: SEE ATTACHED STATEMENT OF WORK Submit Quotes no later than: 12/16/2024 2:00 p.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 BPA resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Lowest Price Technically Acceptable Pricing Price will be evaluated by adding having two classes per type and size per year. Technical Capabilities Vendor shall have the ability to provide a clinical facilitator to conduct the healthcare simulation, education, and debriefing. Vendor shall supply the high-fidelity mannequins and needed props to create the life-like simulated healthcare experience. Vendor shall provide Pediatric, Adult, and Obstetrical emergencies training. Vendor shall provide a report that has the data event metrics and comparative analysis of the service units� performance against national benchmark standards. VENDORS SHALL SUBMIT THE FOLLOWING: COMPLETED PRICE SCHEDULE INFO OF EACH TRAINING VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING SOLICITED 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 Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (May 2024) (to include the following clauses sited): FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders-Prohibition, (Dec 2023); FAR 52.219-4, Notice of Price Evaluation for HUBZone Small Business Concerns (Oct 2022); FAR 52.219-28, Post Award Small Business Program Representation (Feb 2024); FAR 52.222-3, Convict Labor (Jun 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2024); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020); FAR 52.222-50, Combatting Trafficking in Persons (Nov 2021); FAR 52.223-23, Sustainable Products and Services (May 2024); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021); FAR 52.226-8, Encouraging Contractor Policies to Ban text Messaging While Driving (May 2024); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); ; FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998); FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020); HHSAR 352.223-70, Safety and Health (Dec 2015); HHSAR 352.226-1, Indian Preference (Dec 2015); HHSAR 352.232-71, Electronic Submission of Payment Requests; HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024); The above Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/ And https://www.acquisition.gov/hhsar 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, UEI, 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/e93e916475e94fad8623268b937893a1/view)
 
Place of Performance
Address: Claremore, OK 74017, USA
Zip Code: 74017
Country: USA
 
Record
SN07288414-F 20241213/241211230106 (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.