Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2009 FBO #2776
SOLICITATION NOTICE

U -- Exercise Specialist - Wewoka - Temporary Waiver of Character - SF 1449 - Declaration for Federal Employment - Addendum to Declaration for Federal Employment - Statement of Work

Notice Date
7/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611620 — Sports and Recreation Instruction
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma City Area Office, 701 Market Drive, Oklahoma City, Oklahoma, 73114, United States
 
ZIP Code
73114
 
Solicitation Number
246-09-Q-0031
 
Archive Date
8/1/2009
 
Point of Contact
Jennifer Farris, Phone: 405-951-3893
 
E-Mail Address
jennifer.farris@ihs.gov
(jennifer.farris@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Addendum to Declaration for Federal Employment Declaration for Federal Employment Sf 1449 Temporary Waiver of Character 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; quotes are being requested and a written solicitation will not be issued. The solicitation is issued as Request for Quotes (RFQ) # 246-09-Q-0031. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, effective 06/15/2009. This procurement is a 100% Small Business Buy Indian set-aside under NAICS code 611620 or 713940 with a standard business size of $7.0M. Contractor shall provide a firm, fixed-price hourly rate (all inclusive) for 1712 hours, August 1, 2009 to May 31, 2010, or one year from date of award. Description of Requirements: See Attached Statement of Work (SOW). 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.farsite.hill.af.mil. The provisions of 52.212-1, Instructions to Offerors-Commercial Items (June 2008), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide the following: (1) completed "Temporary Waiver of Character Investigation", "Declaration for Federal Employment", "Addendum to Declaration for Federal Employment" form (2) verification of indemnification (3) three past performance references to include the contact name and phone number, contract number, company name, brief description of project; (4) Dun and Bradstreet Number (note: Contractors must be registered in the Central Contractor Registration to be eligible for award. This can be done at http://www.ccr.gov). The provisions of 52.212-2, Evaluation - Commercial Items (Jan 1999) applies to this acquisition. The Government intends to award a purchase order resulting from 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. Companies or individual vendors may submit an offer. The following factors shall be used to evaluate quotes: (1) Price; (2) Qualifications (3) Past Performance and (4) compliance with Indian Child Protection requirements. All factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2009) or indicate certifications in ORCA at https://orca.bpn.gov/. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Mar 2009), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (June 2009) applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (Apr 2008), 52.204-9 Personal Identity Verification of Contractor Personnel (Sept 2007), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); (a) It is expressly agreed and understood that this is a nonpersonal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor's professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence: $1,000,000/$3,000,000.00 aggregate. (b) An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause. (c) Liability insurance may be on either an occurrences basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less than 3 years after the end of the contract term must also be provided. (d) Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer. (e) The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If, during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies. (f) The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall furnish to the Contracting Officer evidence of such insurance (end of clause), 352.224-70 Confidentiality of Information (January 2006), 352.270-2 Indian Preference (Apr 1984), 352.270-13 Tobacco-free Facilities (Jan 2006), 352.270-17 Crime Control Act-Reporting of Child Abuse (Jan 2006) and 352.270-18 Crime Control Act-Requirement for Background Checks (Jan 2006). The following clauses apply: 52.219-6 Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr 1984). Technical as well as price will be a deciding factor for award of a purchase order. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THESE EVALUATION CRITERIA AS FOLLOWS: A) registration in the Central Contracting Registration (CCR) database (reference www.ccr.gov); Dun and Bradstreet Number B) Propose and provide an all inclusive hourly rate for services on the SF 1449 provided C) Complete the following forms: "Temporary Waiver of Character Investigation", "Declaration for Federal Employment", "Addendum to Declaration for Federal Employment" D) Verification of indemnification E) Three past performances F) Resume G) Certifications in ORCA at https://orca.bpn.gov, or provide a copy of your Buy Indian Certification, Certificate Degree of Indian Blood (CDIB), or Tribal Membership Identification. Quotes are due by 4:30 pm CST, July 17, 2009, and must be delivered via Federal Express or UPS to the Indian Health Service, Division of Acquisition Management, 701 Market Drive, Suite 242A, Oklahoma City, OK 73114, Attn: Jennifer Farris. Questions concerning this solicitation may be addressed to Jennifer Farris at 405-951-3893. Contracting Office Address: 701 Market Drive, Suite 242A, Oklahoma City, OK 73114. Place of Performance: Wewoka Indian Health Center Wewoka, OK 74884 United States Primary Point of Contact: Jennifer Farris, Contract Specialist, jennifer.farris@ihs.gov Phone: (405) 951-3893 Fax: (405) 951-3771.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-09-Q-0031/listing.html)
 
Place of Performance
Address: Wewoka Indian Health Center, P.O. Box 1475, Wewoka, Oklahoma, 74884, United States
Zip Code: 74884
 
Record
SN01862606-W 20090703/090702001128-862d6c074f5e0c530c10290e3d6132e4 (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.