SOLICITATION NOTICE
Q -- Blood Products for Lawton Indian Hospital - HHSI2462010Q0025 SF-1449
- Notice Date
- 3/23/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621991
— Blood and Organ Banks
- 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
- HHSI2462010Q0025
- Archive Date
- 4/17/2010
- Point of Contact
- Arlene T Belindo, Phone: 405-951-3897
- E-Mail Address
-
arlene.belindo@mail.ihs.gov
(arlene.belindo@mail.ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- REQUEST FOR QUOTE WITH OPTION YEARS 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 attached solicitation is issued as Request for Quote (RFQ) # HHSI2462010Q0025. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39, effective 3/19/2010. This procurement is solicited on an unrestricted basis under NAICS code 621991. The Contractor shall provide firm, fixed prices for blood products and immunohematologic services for the Lawton Indian Hospital, Lawton, OK, April 12, 2010 to April 11, 2011, plus four option years. See the attached statement of work. This is a nonpersonal health care services contract. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical, professional aspects of services rendered (e.g. professional judgment, diagnosis for specific medical treatment). 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 SF-1449 form (2) three past performance references whom like or similar services have been performed within the past 2 years to include the contact name and phone number, contract number, company name, brief description of project; (3) 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 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 (including options) and (2) Past Performance. All factors are equal in importance. 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). 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 (Feb 2007), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 Central Contractor Registration (July 2006), 52.217-9 Option to Extend the Term of the Contract (Mar 2000), 52.223-6 Drug-free Workplace (May 2001), 352.224-70 Confidentiality of Information (April 1984) and 352.270-13 Tobacco-Free Facilities (Jan 2006). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items (Feb 2008) 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). Quotes are due by 4:30 pm CST, April 2, 2010, and must be delivered to the Oklahoma City Area Indian Health Service, Division of Acquisition Management, 701 Market Drive, Oklahoma City, OK 73114, and Attn: Arlene Belindo. No emails shall be accepted. All responsible sources may submit a quotation which shall be considered by the agency. Questions concerning this solicitation may be addressed to Arlene Belindo at 405-951-3897.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/HHSI2462010Q0025/listing.html)
- Place of Performance
- Address: 1515 Lawrie Tatum Road, Lawton, Oklahoma, 73507, United States
- Zip Code: 73507
- Zip Code: 73507
- Record
- SN02099402-W 20100325/100323234852-48270e28975d31259cb6d058d2f4f4b9 (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 |