Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

Q -- Audiology Services - RFQ - EthicsBAA

Notice Date
8/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
622310 — Specialty (except Psychiatric and Substance Abuse) Hospitals
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
CRSU-18-36
 
Archive Date
9/15/2018
 
Point of Contact
Stephanie Charger, Phone: 605-964-0507, DanielleChasing Hawk, Phone: 605-964-0605
 
E-Mail Address
stephanie.redelk@ihs.gov, danielle.chasinghawk@ihs.gov
(stephanie.redelk@ihs.gov, danielle.chasinghawk@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Ethic-BAA-S RFQ (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) This Request for Quotation (RFQ) is being issued via solicitation number CRSU-18-36. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94 (iv) This RFQ is issued as a 100% total small business set-aside and the associated NAICS code is 622310, with has a small business size standard of $38.5M. Non-Small Business offerors will not be considered for the award. (v) List of contract line item numbers and description: Base Year: 9/23/2018 - 9/22/2019, Audiology Services, 1-2 days a month, 6-8 hour clinics. 194 hrs x $__________an hour = Total $_____________ Option Year One(1): 9/23/2019 - 9/22/2020, Audiology Services, 1-2 days a month, 6-8 hour clinics. 194 hours x $__________an hour = Total $_____________ Option Year Two(2): 9/23/2020 - 9/22/2021, Audiology Services, 1-2 days a month, 6-8 hour clinics. 194 hours x $__________an hour = Total $_____________ Option Year Three(3): 9/23/2021 - 9/22/2022, Audiology Services, 1-2 days a month, 6-8 hour clinics. 194 hours x $__________an hour = Total $_____________ Option Year Four(4): 9/23/2022 - 9/22/2023, Audiology Services, 1-2 days a month, 6-8 hour clinics. 194 hours x $__________an hour = Total $_____________ The unit price must be an all inclusive (to include but not limited to travel, lodging, per diem, benefits, fuel,(i) etc..) plus all other costs pertinent to the performance of this contract. (vi) Description of Services: (Please see the Scope of Work Attachment). This Firm Fixed Price, Non Personal, Performance Based, Healthcare Service contract for Audiology Services, 1 - 2 Clinics per month, 6-8 hours per Clinic, at the Indian Health Service/Cheyenne River Health Center located in Eagle Butte, South Dakota. (vii) The period of performance will include one (1) year base period (9/23/18 - 9/22/19) and four (1) year option periods(9/23/19 - 9/22/23), for a total of 5 years. Delivery and acceptance terms for this order are FOB Designation. Performance address is: Cheyenne River Health Center, 24276 166th Street, Airport Road, Eagle Butte, South Dakota 57625. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. Quotes shall be submitted on company letterhead stationary, signed and dated; it shall include; 1. Solicitation number; 2. Closing Date: July 13, 2018 at 1:00pm MST; 3. Name, address, telephone number of the offeror and email address of the contact person; 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. See the attached, Evaluation Factors; 5. Terms of any express warranty; 6. Price and any discount terms: 7. "Remit to" address, if different than mailing address; 8. A completed copy of the representations and certifications at FAR 52.212-3 9. Acknowledgement of Solicitation Amendments; 10. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references; 11. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (ix) The award will be made to the lowest priced technically acceptable offeror. (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.(End of Provision) (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), with its offer. The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov/portal. (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Nov 2017), and the additional FAR clauses cited in the clause are applicable to the acquisition. (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: _X_ 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). _X_ 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). _X_ 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). _X_ 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). _X_ 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). _X_ 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). _X_ 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). _X_ 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). _¬¬¬¬¬¬X_ 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). _X_ 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). _X_ 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X_ 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). _X_ 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). _X_ 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). _X_ 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). _X_ 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). _X_ 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: _X_ 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). _X_ 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). _X_ 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (xiii) 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 into this RFQ: 1. HHSAR 352.215-70 Late Proposals and Revisions December 2015 2. HHSAR 352.224-70 Privacy Act December 2015 3. HHSAR 352.224-71 Confidential Information December 2015 4. HHSAR 352.226-1 Indian Preference December 2015 5. HHSAR 352.226-2 Indian Preference Program December 2015 6. HHSAR 352.237-71 Crime Control Act-Reporting of Child Abuse December 2015 7. HHSAR 352.237-72 Crime Control Act-Requirement For Background Checks December 2015 8. HHSAR 352.237-73 Indian Child Protection and Family Violence Act December 2015 (xiv) N/A (xv) Questions are due on August 31, 2018 by 12:00 PM MST, email questions to Stephanie.RedElk@ihs.gov. Proposals are due by 2:00 PM MST on August 24, 2018. Email or fax the proposal to Stephanie.RedElk@ihs.gov, 605-964-7737-fax. Offeror must confirm the receipt of the proposal by IHS. (xvi) Point Of Contacts: Stephanie Red Elk, Purchasing Agent, Stephanie.RedElk@ihs.gov, 605-964-0507, or Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihs.gov, 605-964-0605.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/CRSU-18-36/listing.html)
 
Place of Performance
Address: 24276 166th Street, Airport Road, Eagle Butte, South Dakota, 57625, United States
Zip Code: 57625
 
Record
SN05042713-W 20180819/180817230755-2a6ec4fdde92206a7c9bd897e4b4c6bb (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.