Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 28, 2009 FBO #2651
SOLICITATION NOTICE

R -- security guard services - Wewoka

Notice Date
2/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561612 — Security Guards and Patrol 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
246-09-Q-0020
 
Archive Date
4/1/2009
 
Point of Contact
Edson Yellowfish, Phone: 405-951-3888
 
E-Mail Address
edson.yellowfish@ihs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
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. This solicitation is issued as Request for Quotes (RFQ) #246-09-Q-0020. This procurement is a 100% small business set-aside under NAICS code 561612 with a standard business size of $18.5 million. The Service Contract Act maybe applicable under certain circumstances. Wage rates can be obtained at www.dol.gov for the Wewoka, Seminole County, and State of Oklahoma area. Contractor shall provide a firm-fixed hourly rate (all inclusive to include travel and per diem) for 2400 hours, March 30, 2009 to February 28, 2010. Estimated start date is March 30, 2009. The closing date for receipt of quotes is March 17, 2009. Quotes may be faxed to Edson Yellowfish at 405-951-3771, or mailed in a sealed envelope to Division of Acquisitions Management, OCAO IHS, 701 Market Drive, Oklahoma City OK 73114. Qualified vendors must review the following and submit applicable information. STATEMENT OF WORK / SECURITY GUARD: The Contractor shall provide security services at the Wewoka Indian Health Center located in Wewoka, Oklahoma. Services will be provided March 30, 2009 through February 28, 2010. SERVICES TO BE PROVIDED: The contractor must provide services required to perform under this contract. The security company will provide one (1) un-armed officer at our facility during the following hours. Monday through Friday7:15 a.m. thru 5:15 p.m. 1st Thursday of each month5:00 p.m. thru 7:00 p.m. The contractor must provide 3 days of onsite training for the officer as well as annual training. The contractor must provide the officer with a uniforms and necessary equipment needed to provide security services onsite. REPORTS: The officer will provide direct reports to the CEO of the Wewoka Indian Health Center if urgent matters occur or upon request. QUALIFICATIONS AND PERSONNEL: The contractor must provide an officer that: (1) is CLEET certified (2) has completed a federal background check successfully. In the event of absences, the contractor must provide replacement personnel in the event of illness or absence. The government assumes no responsibility for negligent acts of the contractor. Therefore, the contractor is responsible for obtaining $1 million of general liability insurance coverage. The contractor will keep harmless and indemnify the government against any or all loss, cost, damage, claim expense or liability whatsoever as a result from the performance of this contract. GOVERNMENT FURNISHED PROPERTY AND SERVICES: The Wewoka Indian Health Center will provide adequate space for contractor to perform procedures. The contractor will supply equipment to be used. INVOICES SUBMISSION: The contractor shall submit invoice to: Office of Finance and Accounting Oklahoma City Area Indian Health Service 701 Market Drive Oklahoma City, OK 73114 The contract agrees to include the following information on each invoice: A. Contractor’s name; B. Invoice date; C.Purchase order number or services rendered or goods delivered; D.Description; E.Quantity of services rendered or goods delivered; F.Cost per price; G.Payment terms; H.Where applicable – name, title, phone number, and complete mailing address of responsible official to whom payment is to be sent. INVOICE PAYMENT: Payment will be made on this purchase order as close as possible to, but not later than thirty (30) calendar days after an invoice containing the required information set forth in the invoice submission article of this contract is received in the payment office designated in this contract. An invoice will be deemed to have been received on the later of: The date the invoice is actually received in the designated payment office, or the date on which the government accepts the property or service required under this purchase order. Unless a different time period is stated elsewhere in this contract, inspection/acceptance required by this contract will be completed by the government not later than five (5) government working days after the services are rendered or the goods are delivered. The date of the check issued in payment or the date of payment by wire transfer through the Treasury Financial Communications System shall be considered to be the date payment is made. 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 (Nov 2007), 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” and “Declaration for Federal Employment” form (2) 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 one from this solicitation to the responsible offeror(s) 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) Qualifications. Both factors are equal in importance. Quotes shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Nov 2007) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (Oct 2008), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2006), 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), 352.224-70 Confidentiality of Information (April 1984), 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 (Jan 2009) applies to this acquisition. The following clauses apply: 52.203-6, Restriction on Subcontractor Sales to the Government (Sept. 2006); 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003). EVALUATION CRITERIA Technical as well as price will be a deciding factor for award of a purchase order. The due date for this requirement is March 17, 2009. 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 hourly rate for services. The estimated quantity is 2400 hours for an eleven-month period. The estimated date of award is March 30, 2009. C) Provide a Temporary Waiver of Character Investigation. D) Certifications in ORCA at https://orca@bpn.gov E) Proof of general liability insurance coverage.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7c8e7d105bfcea22f9fe1d7a5ec69b7&tab=core&_cview=1)
 
Place of Performance
Address: Wewoka Indian Clinic, P.O. Box 1475, Wewoka, Oklahoma, 74884, United States
Zip Code: 74884
 
Record
SN01757631-W 20090228/090226220054-b7c8e7d105bfcea22f9fe1d7a5ec69b7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.