SOLICITATION NOTICE
U -- Web-based Training for Emergency Medical Technicians - Attachment A
- Notice Date
- 9/9/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611430
— Professional and Management Development Training
- 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
- 14-236-SOL-00044
- Archive Date
- 10/8/2014
- Point of Contact
- Kenneth Coriz, Phone: 3014435668, ,
- E-Mail Address
-
kenneth.coriz@ihs.gov, ihsdapsolicitations@ihs.gov
(kenneth.coriz@ihs.gov, ihsdapsolicitations@ihs.gov)
- Small Business Set-Aside
- N/A
- Description
- RFQ Documents (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 14-236-SOL-00044 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. (iv) The North American Industry Classification System (NAICS) code is 611430 with a size standard of $10M. This acquisition is unrestricted. The Indian Health Service (IHS), Division of Acquisition Policy intends to award a multiple year, firm fixed priced purchase order. (v) The Contract Line Items (CLINs) and pricing structure are as shown below. CLIN0001: BASE PERIOD-This is a Firm-Fixed Price CLIN that encompasses all requirements to provide web-based training in accordance with the SOW. UNIT: 1 YEAR tiny_mce_marker_____________ CLIN0002: OPTION YEAR 1-This is a Firm-Fixed Price CLIN that encompasses all requirements to provide web-based training in accordance with the SOW. UNIT: 1 YEAR tiny_mce_marker_____________ CLIN0003: OPTION YEAR 2-This is a Firm-Fixed Price CLIN that encompasses all requirements to provide web-based training in accordance with the SOW. UNIT: 1 YEAR tiny_mce_marker_____________ CLIN0004: OPTION YEAR 3-This is a Firm-Fixed Price CLIN that encompasses all requirements to provide web-based training in accordance with the SOW. UNIT: 1 YEAR tiny_mce_marker_____________ (vi) The IHS is in need of a web based interactive distance learning management system that allows courses to be taught with students and instructors in different locations and requires no travel; to validate student skills competencies; and to provide courses that meet national certification and recertification requirements and standards of national, state, and accrediting/certifying organizations (including but not limited to Continuing Education Coordinating Board for Emergency Medical Services (CECBEMS), American Safety and Health Institute (ASHI), American Hospital Association (AHA), National Registry of Emergency Medical Technicians (NREMT), etc. The target training population includes: Emergency Medical Technicians (EMTs) and paramedics. SEE SECTION IV. OF ATTACHEMENT A FOR STATEMENT OF WORK. (vii) The delivery and acceptance term for this order is FOB Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Apr 2014), applies to this acquisition and a statement regarding any addenda to the provision (ix) 52.212-2, Evaluation - Commercial Items (Jan 1999) (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 will be used to evaluate offers: a) Technical Capability, b) Relevant Past Performance and c) Price. Technical Capability and Past Performance, when combined, are more important than the price. In regards to evaluation factors other than cost or price, technical capability is more important than past performance, SEE SECTION III. OF ATTACHMENT A FOR DETAILS. (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2014), with its offeror. If applicable, follow the instruction under 52.212-3(b) (2). (xi) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2014) applies to this acquisition. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jul 2014) applies to this 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) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (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) 52.203-6, 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). (2) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (3) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). (4) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). (5) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (6) 52.219-8, Utilization of Small Business Concerns (May 2014) (15 U.S.C. 637(d)(2) and (3)). (7) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (8) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (9) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (10) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (11) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). (12) 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (13) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (14) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (15) 52.222-54, Employment Eligibility Verification (Aug 2013). (Executive Order 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.) (16) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). (17) 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). (18) 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). (End of Clause) (xiii) 52.252-1 -- Solicitation Provisions Incorporated by Reference (Feb 1998) & 52.252-2 -- Clauses Incorporated by Reference (Feb 1998) apply to this solicitation and the resulting contract. The full text of the solicitation provisions and contract clauses can be accessed electronically via http://www.acquisition.gov/far/. Past performance evaluations will be prepared at least annually and at the time the work under the order is completed. Past performance information is to be entered into Contractor Performance Assessment Reports System (CPARS), the Government wide evaluation reporting tool for all past performance reports on contracts and orders. Visit http://www.cpars.gov/ for details. (xiv) SEE SECTION II. OF ATTACHMENT A FOR ADDITIONAL TERMS AND CONDITIONS (xv) Quotations are due by 12:00 PM EST on 23 September 2014. Email quotations to Kenneth.Coriz@ihs.gov. Questions are due on 15 September 2014 at 10:00 AM EST. Vendors must confirm IHS' receipt of their quotation. (xvi) POC is Mr. Kenneth Coriz, Contract Specialist, Kenneth.Coriz@ihs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/AMB/14-236-SOL-00044/listing.html)
- Record
- SN03502307-W 20140911/140909235911-d257616456f3af0b224167bd52313cb1 (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 |