Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOLICITATION NOTICE

R -- Conference Management Services - Attachments

Notice Date
2/8/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561920 — Convention and Trade Show Organizers
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Division of Acquisition Policy, 5600 Fishers Lane, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
18-236-SOL-00015
 
Archive Date
3/10/2018
 
Point of Contact
Natasha A. Royal, Phone: 3014436687, Paul B. Premoe, Phone: 3014434470
 
E-Mail Address
natasha.royal@ihs.gov, paul.premoe@ihs.gov
(natasha.royal@ihs.gov, paul.premoe@ihs.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
Schedule of Prices Evaluation Criteria PWS (i)This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. (ii)Solicitation number 18-236-SOL-00015 applies, and is issued as a Request for Proposal (RFP). (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv)This requirement is a total Indian Small Business Economic Enterprise (ISBEE) set-aside and the associated NAICS is 561920 with small business size standard of $11M. Non-ISBEE offerors will not be considered for the award. (v)The Contract Line Items (CLINs) and pricing structure can be found in Attachment C. Schedule of Prices for the detailed CLINs structure. (vi)The purpose of this acquisition is to acquire an event management contractor to assist with the planning and organizing of the 2018 OIT/ORAP Partnership Conference. (vii)The performance period will include one (1) base year period and four (4) option year periods. Delivery and acceptance terms for this order is FOB Destination. (viii)The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017). (ix) 52.212-2, Evaluation - Commercial Items, applies to this solicitation. a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical Capability, (ii) Key Personnel, (iii) Relevant Past Performance and (iv) Price; All technical factors other than price, when combined, are more important than price. See the attached Evaluation Factors for details. b)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi)FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) applies to this acquisition. The following addendum applies: Email Addresses for submission of invoices are natasha.royal@ihs.gov, COR'S, and HQInvoices@ihs.gov. (xii)52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2017) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 1.52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). 2.52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 3.52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 4.52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 1.52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). 2.52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 3. 52.222-3, Convict Labor (June 2003) (E.O. 11755). 4.52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 5.52.222-21, Prohibition of Segregated Facilities (Apr 2015). 6.52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 7.52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). 8.52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 9.52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). 10.52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 11.(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 12.52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) 13.(13) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) 14.(i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 15.52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). 16.(i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). 17.52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 18.52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 19.52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 20.52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: 1.52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). 2.52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 3.52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 4.52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). (End of Clause) (xiii)52.252-1, The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: a)52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) applies to the RFQ. This solicitation incorporates solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far/. b)The following HHSAR clauses are incorporated to this RFQ: 1.326.6-Acquisitions Under The Buy Indian Act, 25 U.S.C. 47 2.352.215-70 Late Proposals and Revisions (Dec2015) 3.352.223-71 Instructions to Offerors-Sustainable Acquisition (Dec 2015) 4.352.226-1 Indian Preference (Dec 2015) 5.352.226-2 Indian Preference Program (Dec 2015) 6.352.226-3 Native American Graves Protection and Repatriation Act (Dec 2015) (xiv)n/a (xv)Proposals are due by 12:00 PM EST on February 23, 2018. Email the proposals to natasha.royal@ihs.gov, and paul.premoe@ihs.gov. Questions are due on February 16, 2018 by 12:00 p.m. EST. Offeror must confirm IHS' receipt of their proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/18-236-SOL-00015/listing.html)
 
Record
SN04817063-W 20180210/180208231510-7a35340d01dee95c0b467f78b1695012 (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.