Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2010 FBO #3199
SOLICITATION NOTICE

R -- Temporary Service Program Manager with Indian Health Experience - Statement of Work

Notice Date
8/26/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 801 Thompson, TMP 605, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
10-236-SOL-00050
 
Archive Date
9/30/2010
 
Point of Contact
Stefanie W. Schmitz, Phone: 3014432242
 
E-Mail Address
Stefanie.Schmitz@ihs.gov
(Stefanie.Schmitz@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Service Contract Act Posters Wage Determination Statement of Work i) 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. (ii) Solicitation number 10-236-SOL-00050 applies and is issued as a request for quotation (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) The North American Industry Classification System (NAICS) code is 561320 and the business size standard is 13.5 Million. This is a total small business set aside. The Indian Health Service intends to award a labor hour purchase order. (v) IHS Office of Direct Service and Contracting Tribes require contractor support for temporary Program Manager II professional staffing services. Period of Performance is 9/8/10-12/31/10. (vi) See attached Statement of Work (SOW). (vii) 801 Thompson Ave, Rockville, MD 20852 (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and delivery in accordance with FAR 52.212-2, Evaluation-Commercial Items, paragraph (ix) below, 7) Resume of the individual who will be performing the work. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – The quotes will be evaluated on price and key personnel. Key personnel must have relevant experience with Indian Self Determination and Improvement Act, Public Law 93-638, the Indian Health Care Improvement Act (HICA), and knowledge of other applicable Indian Health legislation as required by the SOW. The evaluation and award procedures in FAR 13.106 apply. This is a best value decision and award may be made to other than the lowest priced offeror. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and return it with their offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009). applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (July 2010). 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards; 52.219-6 Notice of Total Small Business Set Aside; 52.222-3 Convict labor; 52.222.19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act, Alternate I; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; 52.222-41 Service Contract Act of 1965; 52.222-42 Statement of Equivalent Rates for Federal Hires. (xiii) n/a (xiv) n/a (xv) Due date for submissions is September 1, 2010, 2pm ET. All questions should be submitted in writing to Stefanie.Schmitz@ihs.govl. Due to possible fax and email transmission problems it is the contractor’s responsibility to verify receipt of quote. (xvi) POC is Stefanie Schmitz, Contract Specialist, 301-443-2242.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/10-236-SOL-00050/listing.html)
 
Record
SN02256018-W 20100828/100826235803-86d3a0be7a83c385c0bbc60b1484dd8f (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.