Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 26, 2016 FBO #5208
SOLICITATION NOTICE

Q -- Orthopedic Clinics- Wewoka, OK - Statement of Work - Temporary Waiver of Character Investigation

Notice Date
2/24/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
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
246-2016-Q-0013
 
Point of Contact
Katrina Eaton, Phone: 4059513704
 
E-Mail Address
katrina.eaton@ihs.gov
(katrina.eaton@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The attached document is the Temporary Waiver of Character Investigation form. The attached document is the Statement of Work for this project 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 solicitation is issued as Request for Quotes (RFQ) 246-2016-Q-0013. This procurement is 100% small business set-aside under NAICS code 621111 with a standard business size of $11.0M. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-86-2, effective February 1, 2016. Contractor shall provide a firm, fixed-price hourly rate for Orthopedic Clinic services. The period of performance for this requirement is approximately one year from beginning date April 1,2016. Estimated start date is April 1,2016. The closing date for receipt of quotes is March 11,2016 Offers shall be submitted to the Oklahoma Area Indian Health Service, 701 Market Drive, Oklahoma City, Oklahoma 73114, no later than 4:30 p.m. CST, on March 11, 2016. The offer must be submitted in a sealed envelope, addressed to this office, showing the solicitation number, and your name and address. Please do not email RFQ's. Qualified vendors will review the Statement of Work and following information then submit applicable information. No phone inquiries! 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 (Oct 2015), 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 (2) two past performance references to include the contact name phone number, contract number, company name, brief description of project (3) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/). The provisions of 52.212-2, Evaluation - Commercial Items (Oct 2014) 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; (3) Past Performance. All 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 2015) OR indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2014), applies to this acquisition. The following FAR and HHSAR clauses apply: 52.204-7 System for Award Management (July 2013), 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011), 52.223-6 Drug-free Workplace (May 2001), 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997), 352.224-70 Privacy Act (Dec. 18, 2015), 352.237-71 Crime Control Act of 1990-Reporting of Child Abuse (Dec. 18, 2015) and 352.237-72 Crime Control Act of 1990-Requirement for Background Checks (Dec. 18, 2015). The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Feb 2016) 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 (Nov 2011); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Apr 2015); 52.222-36, Equal Opportunity for Workers with Disabilities (July 2014); 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013); 52.237-7 Indemnification and Medical Liability Insurance (Jan 1997); 352-237.72 Crime Control Act of 1990-Requirement for Background Checks (Dec. 18, 2015). EVALUATION CRITERIA The due date for this requirement is March 11, 2016 4:30 PM CT. THE INDIAN HEALTH SERVICE WILL NOT CONSIDER YOUR QUOTE FOR AWARD IF YOU FAIL TO RESPOND TO THE FOLLOWING EVALUATION CRITERIA: A) registration in the System for Award Management (SAM) database (reference https://www.sam.gov/portal/public/SAM/. Please note that all parties interested in doing business with the Indian Health Services must be registered in the SAM database. B) Propose and provide an all-inclusive hourly rate for services. The estimated quantity is seventy-two (72) eight-hour clinics for a one-year period. The estimated start date of award is April 1, 2016. C) Provide a "Temporary Waiver of Character Investigation" (attached). D) Certifications in ORCA at https://orca@bpn.gov. E) Current license as an Orthopedic/Medical Doctor (any U.S. state or territory). F) Proof of current medical insurance in the appropriate amount of $1,000,000 per occurrence and $3,000,000 aggregate. G) Documentation of two past references. H) Board Certification ** Please note that potential awardees will be required to pass a background investigation from the IHS Human Resource Department. This process may take up to two weeks **
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/246-2016-Q-0013/listing.html)
 
Place of Performance
Address: 36640 Hwy 270, Wewoka, Oklahoma, 74884, United States
Zip Code: 74884
 
Record
SN04029690-W 20160226/160224234839-887ca8aa246712df0f3de61fa862b14d (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.