Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 21, 2018 FBO #5934
SOLICITATION NOTICE

Q -- Audiologist Service - Package #1

Notice Date
2/19/2018
 
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, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
 
ZIP Code
86515
 
Solicitation Number
NN-18-103
 
Point of Contact
Linda Conn, Phone: 505-368-6089
 
E-Mail Address
linda.conn@ihs.gov
(linda.conn@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ Performance Work Statement Additional Information for Solicitation This is a Firm Fixed Price solicitation for a Non-Personal Performance Based Services an Audiology Service. Audiology Service is for a full time Service in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 37.4 Non-Personal Health Care Services FAR 12.6 as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NN-18-103. The solicitation issued as a request for quotation (RFQ) using FAR Part 12 Commercial Items and FAR 13 Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) Code for this acquisition is 621111 - Offices of Physicians (except Mental Health Specialists) with a business size standard of $11.0 Million. The Navajo Area Indian Health Services, Northern Navajo Medical Center (NNMC), Acquisitions Department has requirement for Audiology services to be performed at Northern Navajo Medical Center, Shiprock, New Mexico. Period of Performance: Upon approval of credentialing/fingerprinting through 12/31/18 or until filled by a permanent employee. See attachments for additional information, Request for Quote and Performance Work Statement. INSTRUCTIONS FOR SUBMITTING QUOTES: Profiles, three reference letters and availability dates shall be submitted on one document. Pricing shall be added as a SECOND document. Please send quotes and required documents to Linda Conn, linda.conn@ihs.gov via email, (505) 368-6089. The government reserves the right to issue a single award to the contractor whose quote represents the best value as defined by FAR 2.101. In determining best value, the following evaluation factors will be considered: 1) Experience, 2) meets qualifications, 3) past performance of each proposed candidate. The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price. As part of the evaluation process, candidates may be interviewed to ensure their understanding of the PWS and to verify their qualifications to perform required services. The socio-economic status of an offer may also be considered, should one or more quotes represent the best value. To be considered for an award all required documents noted above shall be submitted to the Linda Conn. NOTE: The government is only interested in the candidates that will provide service the entire performance period specified. The rate shall be an all-inclusive rate of regular, over time, holiday worked, travel, per diem, lodging/housing, transportation, meals, taxes, and pay at a flat rate for all hours actually worked. Please submit quotes based on an all-inclusive rate. No government housing available. There are motels, restaurants, mall, etc. in nearby towns of Farmington, NM and in Cortez, CO. If two or more companies submit the same candidate, preference will be given to the company with the lowest cost if the candidate is selected. Please, DO NOT submit candidates that will not be available for the performance indicated. 52.252-2 CLAUSES INCORPORATED BY REFERENCE This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request the contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http:://www.arnet.gov/far/ FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSES 52.202-1 Definitions 52.203-3 Gratuities 52.203-5 Covenant against Contingent Fees 52.203-6 Restrictions on Subcontractor Sales to the Government 52.203-7 Anti-Kickback Procedures 52.204-3 Taxpayer Identification 52.204-7 Central Contractor Registration 52.212-4 Contract Terms and Conditions Commercial Items 52.222-3 Convict Labor 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-42 Statement of Equivalent Rates for Federal Hires 52.223-6 Drug Free Workplace 52.224-1 Privacy Act Notification 52.224-2 Privacy Act 52.229-3 Federal, State, and Local Taxes 52.232-1 Payments 52.232-8 Discount for prompt payment 52.232-17 Interest 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 52.232-40 Providing Accelerated payments to Small Business Subcontractor (Dec 2013) 52.233-1 Disputes 52.233-3 Protest after award 52.237-2 Protection of Government Building, Equipment, and Vegetation 52.243-1 Changes Fixed Price 52.246-4 Inspection of Services Fixed Price 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) 52.249-4 Termination for Convenience of the Government (Services) Short Form) 52.249-8 Default (Fixed Price, Supply and Services) 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) (a) The Contractor shall comply with agency personal identity verification procedures identified in the contract that implement Homeland Security Presidential Directive-12 (HSPD-12), Office of Management and Budget (OMB) guidance M-05-24 and Federal Information Processing Standards Publication (FIPS PUB) Number 201. b) The Contractor shall account for all forms of Government-provided identification issued to the Contractor employees in connection with performance under this contract. The Contractor shall return such identification to the issuing agency at the earliest of any of the following, unless otherwise determined by the Government: (1) When no longer needed for contract performance. (2) Upon completion of the Contractor employees employment. (3) Upon contract completion or termination. (c) The Contracting Officer may delay final payment under a contract if the Contractor fails to comply with these requirements. (d) The Contractor shall insert the substance of this clause, including this paragraph (d), in all subcontracts when the subcontractors employees are required to have routine physical access to a Federally-controlled facility and/or routine access to a Federally-controlled information system. It shall be the responsibility of the prime Contractor to return such identification to the issuing agency in accordance with the terms set forth in paragraph (b) of this section, unless otherwise approved in writing by the Contracting Officer. FAR 52.237-7 Indemnification and Medical Liability Insurance. As prescribed in 37.403, insert the following clause: INDEMNIFICATION AND MEDICAL LIABILITY INSURANCE (JAN 1997) (a)It is expressly agreed and understood that this is a non-personal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor's professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence: $1,000,000.00. (b) An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause. (c) Liability insurance may be on either an occurrences basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less than 3 years after the end of the contract term must also be provided. (d) Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer. (e) The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If, during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies. (f) The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall furnish to the Contracting Officer evidence of such insurance. Additional Health & Human Service Acquisition Regulation (HHSAR) clauses: 352.202-1 Definitions 352.224-70 Privacy Act 352.237-70 Pro-Children Act 352.237-72 Crime Control Act - Requirement for background checks 352.239-73 Electronic information and technology accessibility 352.242-71 Tobacco-free facilities 352.242-73 Withholding of contract payments part 37.4 and FAR 13 Simplified Acquisition Procedures. There is an incumbent in this position.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/NN-18-103/listing.html)
 
Place of Performance
Address: Northern Navajo Medical Center, US Hwy 491 North, Shiprock, New Mexico, 87420-0160, United States
Zip Code: 87420-0160
 
Record
SN04827628-W 20180221/180219230105-8d3ae876001e90c9cdd5fb16c8174bb4 (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.