Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2008 FBO #2475
SOLICITATION NOTICE

Q -- Personal Services Contract Medical Technologist Services

Notice Date
9/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
 
ZIP Code
86515
 
Solicitation Number
CRNPT-MC-09-0003
 
Archive Date
9/27/2008
 
Point of Contact
Mary E Cecil,, Phone: 505-786-6217
 
E-Mail Address
mary.cecil@ihs.gov
 
Small Business Set-Aside
N/A
 
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 and a written solicitation will not be issued. The U.S. Department of Health & Human Services, Indian Health Service, Crownpoint Healthcare Facility, Crownpoint, NM has a requirement for Personal Services Contract Medical Technologist Services to provide services in the Laboratory Department located at Crownpoint Healthcare Facility, Crownpint, NM. The Request for Quote (RFQ) number is CRNPT-MC-09-0003 and incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC 2005-26). This acquisition is being solicited on an unrestricted basis. This acquisition will be issued using Simplified Acquisition Procedures (SAP), FAR Part 13. The North American Industry Classification System (NAICS) is 621111 with a Size Standard of $9.0 million dollars. The resultant contract will be firm fixed price. It is anticipated that payment under this contract will be made via Government purchase order or Government purchase card. Quotes are being solicited for the following item: CLIN-001: Physician Services (see attached statement of work). Estimated 2080 hours. The hourly rate proposed shall be regular rate; there are no on-calls and weekend calls. The schedule shall be on "as need" bases throughout the performance period, hours are from: 8:00am to 4:30pm, Monday through Friday, 36-40 hours per week. (Offerors should propose an all-inclusive hourly-rate when submitting an offer). Award will be made on a best value trade-off process. In determining best value, the following factors will be considered: price, past performance, and the qualifications of each proposed candidates. As part of the evaluation process, candidates may be interviewed to ensure their understanding of the requirement and to verify their qualifications to perform required services. The following Federal Acquisition Regulation (FAR) provisions apply to this acquisition: FAR 52.212-1, Instructions to offerors Commercial Items (Sep 2006); FAR 52.212-3, Offeror Representations and Certifications Commercial items (Nov 2006) with Alt I (Apr 2002), all offerors shall include with their offer a completed copy of FAR 52.212-3, Alt I. Copies of FAR 52.2 12-3, Alt I are available upon request from the Contracting Officer. They may also be obtained on the web at http://www.acquisition.gov. FAR 52.212-4, Contract Terms and Conditions required to Implement Status or Executive Order Commercial Items (Sep 2005); FAR 52.212-5, Contract Terms and Conditions required to Implement Status or Executive Order-Commercial items (Nov 2006); specific clauses cited in FAR 52.212-5 that are applicable to this acquisition are: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995); FAR 52.219-4, Notice of Price Evaluation Preference for HUB Zone Small Business Concerns (Jul 2005); FAR 52.219-8 Utilization of Small Business Concerns (May 2004); FAR 52.222-3 Convict Labor (June 2003); FAR 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (Apr 2002); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (DEC 2001); FAR 52.222-36, Affirmative action for Workers with Disabilities (June 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (DEC 2001); FAR 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003). An addendum is incorporated into the solicitation to include FAR clauses as follows: FAR 52.247-34 F.O.B. Destination (NOV 1991). Any technical questions concerning this requirement shall be e-mailed to mary.cecil@ihs.gov on or before COB 12 SEPT 2008. Proposal submitted via U.S. Postal Service shall be addressed to the DHHS/IHS-Crownpoint Healthcare Facility, PO Box 358, Crownpoint, New Mexico 87313. Offers being submitted via any other carrier (i.e. FedEx or UPS) shall be addressed to the DHHS/IHS-Crownpoint Healthcare Facility, US Highway 371& Route 9, Crownpoint, NM 87313. Offers may also be submitted via e-mail or facsimile. E-mail submission is preferred. First cut off date for offers must be received in the Contracting office no later than 4:30 PM MST, 12 SEPT, 2008, regardless of method of submission. As a minimum, offerors shall include with their signed proposal the following information: (1) RFQ number, (2) company name and address, (3) point of contact with telephone and facsimile numbers and e-mail address, (4) a completed copy of both FAR 52.212-3 Representations and Certifications Alt I-Commercial Items, (5) price (all inclusive rate). Offers that fail to furnish required representations or reject the terms and conditions of this solicitation may be excluded from consideration. If you plan on participating in this acquisition, you are required to provide your name, address, phone number and e-mail address to Mary.Cecil@ihs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8531c4d0e07c5fc8900f4854ceffc7ab&tab=core&_cview=1)
 
Place of Performance
Address: DHHS/IHS-Crownpoint Healthcare Facility, US Highway 371& Route 9, Crownpoint, New Mexico, 87313, United States
Zip Code: 87313
 
Record
SN01658120-W 20080905/080903223035-8531c4d0e07c5fc8900f4854ceffc7ab (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.