SOLICITATION NOTICE
65 -- Blood supply/services - STATEMENT OF WORK - Clauses - SF-18
- Notice Date
- 2/21/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621991
— Blood and Organ Banks
- 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
- MBEL-18-002
- Archive Date
- 3/14/2018
- 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
- Must fill out Fill out required sections as mentioned in synopsis. Statement of work 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. Solicitation number MBEL18-002 applies, and is issued as a Request for Quote (RFQ). Attached is an SF-18, VENDOR is to fill out entirety. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. This requirement is Open Market and the associated NAICS is 621991-Blood and Organ Banks. Standard size in Millions of Dollars is $32.5. Firm Fixed Price, BPA (Blanket Purchase Order) for Blood Supplies. Please see attached Statement of Work. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates Delivery and acceptance terms for this order is FOB Destination. Delivery Addresses: Quentin N. Burdick Memorial Health Care Facility, Belcourt, N.D. 58316 Period of performance will be Date of Award through February 28, 2019 with anticipated 4 one-year options. Please see attached SF-18 INSTRUCTION TO QUOTERS; Quote must contain the following documents in order to be considered responsive and eligible for an award: Complete the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition including: FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017) are listed in the attached clauses in full text. FAR 52.212-2, Evaluation - The Government will award a contract resulting from this solicitation to the Offeror who conforming to the solicitation that will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offer: • Past performance • Ability to meet specification requirements • Ability to meet delivery requirements • Price reasonableness. Delivery Order Process Quentin N. Burdick Service Unit will issue a BPA Call with awarded vendor from this Awarded solicitation. Performance and evaluation will be based upon the vendor's ability to deliver supplies and meet delivery schedule as requested by the Service Unit. FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Nov 2017), with its offer. This must be completed by Offeror, see attached full text. 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 https://www.sam.gov/portal. FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) Incorporated by Reference ; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Jan 2018) is included on attached clauses. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.acquisition.gov/far/. SF-18 and quotes are due by February 27, 2018 @ 11:00 AM CNT. Email the proposal to april.metcalfe@ihs.gov April Metcalfe, Purchasing Agent 1300 Hospital Loop Rd. Belcourt, N.D. 58316 701-477-8416 Wk. 701-477-2527 Fx. Note to the Proposed Contractor: OIG Exclusion List 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. 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. 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. 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).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/MBEL-18-002/listing.html)
- Place of Performance
- Address: 1300 Hospital Loop Rd., Belcourt, North Dakota, 58316, United States
- Zip Code: 58316
- Zip Code: 58316
- Record
- SN04829498-W 20180223/180221231245-97d559d0a65ed88f651252923016782c (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 |