Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

R -- Physical Fitness services - White Cloud - Statement of Work

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621999 — All Other Miscellaneous Ambulatory Health Care Services
 
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
246-10-Q-0043
 
Archive Date
9/10/2010
 
Point of Contact
Edson Yellowfish, Phone: 405-951-3888
 
E-Mail Address
edson.yellowfish@ihs.gov
(edson.yellowfish@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Temporary Waiver forms SOW - Fitness Coordinator 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) 246-10-Q-0043. This procurement is 100% small business set-aside under NAICS code 621999 with a standard business size of $10.0M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43, effective July 23 2010. Contractor shall provide a firm, fixed-price hourly rate for Physical Fitness services for the White Cloud Indian Health Station. The period of performance for this requirement is September 15 2010 - September 14 2011. Actual start date is subject to credentialing and negotiations. Estimated start date is Sepember 15 2010. The closing date for receipt of quotes is August 18 2010. Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m., on August 18 2010. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ's. Qualified vendors will review the following and submit applicable information. STATEMENT OF WORK See attached CLAUSES INCOPORATED 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 Acquisitions Regulations (HHSAR) can be accessed on the Internet at hhtp://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, Contractors MUST provide the following: (1) completed "Temporary Waiver of Character Investigation" and "Declaration for Federal Employment" form (attached); (2) verification of medical liability insurance; (3) two past performance references to include the contract 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). Failure to do so will deem the quote as unacceptable. 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. The following factors shall be used to evaluate quotes: (1) Price; (2) Two Letters of Reference (Offeror must provide at least two letters of reference from other health care providers familiar with the contractors' skills. One letter must be from the Chief of Staff or another Staff member at the hospital in which the contractor either currently or last held staff privileges); (3) Past Performance (Offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least two contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program/Project Manager and telephone number, if applicable. Award will be made to the lowest-priced, technically acceptable Offeror. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certification - Commercial Items (Aug 2009) or indicate certifications in ORCA at https://orca.bpn.gov/. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (June 2010), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (Apr 2008), 52.204-8 Annual Representations and Certifications (Feb 2009), 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); 352.202-1 Definitions (Jan 2006), 352.215-1 Instructions to Offerors-Competitive Acquisition, 352.223-70 Safety and Health (Jan 2006), 352.224-70 Confidentiality of Information (Jan 2006), 352.270-11 Privacy Act (Jan 2006), 352.270-12 Pro-Children Act (Jan 2006), 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 clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (July 2010) applies to this acquisition. The following FAR and HHSAR clauses apply: 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Feb 2009); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Quotes are due by 4:30 PM CST, August 18 2010, 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: Edson Yellowfish. Questions concerning this solicitation may be addressed to Edson Yellowfish at 405.951.3888. Contracting Office Address: 701 Market Drive, Suite 242A, Oklahoma City, OK 73114. Place of performance: White Cloud Indian Health Station, 3313 B Thrasher Road, White Cloud KS, 66094. Primary point of contact: Edson Yellowfish, Contract Specialist, edson.yellowfish@ihs.gov Phone 405.951.3888. 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) B) Propose and provide an all inclusive rate for services. Approximate 520 hours for duration of one year, 10-15 hours a week. C) Provide a "Temporary Waiver of Character Investigation" form, and "Declaration for Federal Employment." (attached) D) Certifications in ORCA at https://orca@bpn.gov E) Proof of Education requirements F) Medical Liability Insurance ($1 millon/$3 million) G) Past performance references H) Two letters of reference
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-10-Q-0043/listing.html)
 
Place of Performance
Address: 3313 B Thrasher Road, White Cloud, Kansas, 66094, United States
Zip Code: 66094
 
Record
SN02226658-W 20100805/100803235143-0c438cde069a424d5516ac014b4e6a37 (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.