Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2016 FBO #5332
SOLICITATION NOTICE

S -- Cleaning services - Provisions - Statement of Work - Package #3 - SF-1449 - Clauses - Business Associate

Notice Date
6/27/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
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
RFQ16562227
 
Archive Date
7/30/2016
 
Point of Contact
April J. Metcalfe, Phone: 7014778416
 
E-Mail Address
april.metcalfe@ihs.gov
(april.metcalfe@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Pertinent info Clauses Please fill out for hourly rate, and associate total dollar amount. Notice to quoter, please read. Statement of work. Provisions A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. B. The Great Plains Area Indian Health Service (I.H.S.) intends to award a firm-fixed price, personal service purchase order, commercial service, in response to Request for Quote (RFQ) 16-5622. This is for cleaning services located at the Dunseith Public Health Nursing. Please see attached Statement of Work. C. This is an Open-Market solicitation. NAICS code is 561720 - Janitorial Services, Small Business Size Standard is $18.0 Million D. The unit price must be all inclusive and all other cost pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. 1. The period of performance will be for period of performance from 8/1/16 to 1/31/17 in accordance to Statement of Work. 2. Contracting Employee will need to pass a background check. Finger prints will be completed at Quentin N. Burdick Healthcare Facility located in Belcourt, N.D. 58316. 3. For each potential candidate, a completed and signed Optional Form 306 Addendum to Declaration for Federal Employment. Please see "Note to proposed Contractor" below. 4. The selected vendor will have the required background documents emailed to them. E. Services will be provided at Dunseith Public Health Nursing Office located in Dunseith, N.D. 58329 F. FAR 52.212-1 Instructions to Offerors-Commercial Items (July 2013). Quotes shall be submitted on company letterhead stationery, signed and dated. And it shall include the following in order to be considered technically acceptable: 1. Solicitation number RFQ-16-1449. 2. Closing date: July 15th, 2016 at 11:00 am CST. 3. Name, address, and telephone number of company and email address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary. 5. Terms of any express warranty. 6. Price and any discount terms. 7. "Remit to" address, if different than mailing address. 8. Complete the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including: 9. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). The Government will award a contract resulting from this solicitation to the lowest responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price 10. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2015). This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision. 11. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (May 2015) (Incorporated by Reference; and 12. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2016). 13. CV/resume stating ability to meet qualifications and the requirements of the Statement of Work. 14. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. 15. The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar G. Attached are the Federal Acquisition Regulations (FAR) and Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable AT THE END OF ATTACHED CLAUSES. H. Offers will be accepted electronically, Submit via e-mail to the following: Quentin N. Burdick Memorial Healthcare Facility I.H.S. April Metcalfe, Purchase Agent 1300 Hospital Loop, PO Box 160, Belcourt, N.D. 58316 Phone: 701-477-8416 Fax: 701-477-2527 e-mail: april.metcalfe@ihs.gov Any questions please submit by July 15th, 2016 by 11 am CST. Contractors will need to fill out attached SF-1449 to verify DUNS number, TIN number, and be registered with www.SAM.gov. Note to the Proposed Contractor: I. Security Clearance J. Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the IHS (Indian Health Service). Before starting work requiring routine access to IHS facilities or systems each person must complete an FBI National Criminal History Check (Fingerprint Check) adjudicated by an IHS employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for IHS processing of fingerprints taken electronically at an IHS site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of IHS sites with electronic fingerprint capability is available from the Contracting Officer. K. The IHS utilizes the eQIP (Electronic Questionnaire Investigations Processing) system to process background investigations. Contractors are required to work with the Service Unit Background Coordinator or other designee to properly complete their eQIP entry without error. Proper submission of the eQIP entry to the OPM (Office of Personnel Management) is required prior to the individual being allowed to begin their performance under this contract. Computers have been provided to the Service Unit for this purpose. L. OIG Exclusion List M. No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider. N. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. O. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to IHS is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour, or Cost-Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed-Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. P. The Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to a reduction(s) in the contract price of no more than the cost of the investigation(s). Q. EMPLOYEE HEALTH REQUIREMENTS R. Contract Providers shall provide health information, proof of immunizations as recommended by the CDC (Centers for Disease Control) concerning health-care workers in the United States. Health information must include previous immunization history and proof of the following immunization records: Hepatitis B (Vaccination-declination required), Measles, Mumps, Rubella (MMR), Varicella, Influenza, and Tuberculosis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ16562227/listing.html)
 
Place of Performance
Address: Public Health Nursing, Dunseith, North Dakota, 58329, United States
Zip Code: 58329
 
Record
SN04163046-W 20160629/160627234640-946700a08e2da44a478a9789f89bcdf0 (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.