SOLICITATION NOTICE
R -- TaeKwonDo Instructor Services - RFQ-18-088
- Notice Date
- 4/23/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611620
— Sports and Recreation Instruction
- 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
- RFQ-18-088
- Archive Date
- 5/12/2018
- Point of Contact
- Connie R Valandra, Phone: 605-226-7567
- E-Mail Address
-
connie.valandra@ihs.gov
(connie.valandra@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Forms to Complete Attachments Provisions and Clauses Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 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. The solicitation number is Request For Quote-18-088. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-97. This is an Open Market, Total Small Business Set-aside solicitation. NAICS code is 611620 - Sports and Recreation Instruction, Small Business Size Standard is $7.5 Million. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Contract Line Items: 1. Tae Kwon Do Instructor Services 40 Weeks @$_________ Week, totaling $_________ Total $________ The Great Plains Area Office is soliciting proposals for a Firm Fixed-Price, Non-Personal Services contract for a Tae Kwon Do Instructor Services for the SDPI Community-Directed Program, Fort Thompson Health Center, Fort Thompson, South Dakota 57339. Tae Kwon Do Instructor Services include: (List is not all-inclusive.) 1. Minimum Second Degree Black Belt Teaching Certification. 2. Be approved by the President of Lee' Tae Kwon Do Association. 3. Instruct and teach Tae Kwon Do to individuals, 4 Group - 10-week Sessions. 4. Provide Tae Kwon Do skills, uniforms, and rank testing for Tae Kwon Do for youth and adult groups. The period of performance will be from May 1, 2018 through April 30, 2019. INSTRUCTION TO OFFERORS: Proposal must contain the following documents in order to be considered responsive and eligible for an award: 1. If applicable, Licensure Requirement form with a copy of the license. 2. Copy of Malpractice Insurance Coverage 3. Active, current, full, and unrestricted license to practice. Completion of 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). This information must be submitted by the Offeror. See Section L for full text. See Section M for Past Performance Questionnaire Form. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). 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. Award shall be made to the Lowest Price, Technically Acceptable offer. The following factors shall be used to evaluate offers: A. Items 1-11 listed under Instructions to Offerors. B. Past performance information. C. Minimum Second Degree Black Belt Teaching Certification. D. Approved by the President of Lee' Tae Kwon Do Association. E. 30-Hours Shadowing under Certified Black Belts. F. Two recommendations from a Certified Black Belt in the Lee's Tae Kwon Do Association. Award will be made on an "all-or-none" basis to the lowest responsive and responsible offeror. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2017). 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 (q) of this provision. 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). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar The Defense Priorities and Allocations System (DPAS) is Not Applicable to this solicitation. Quote is due on April 27, 2018 @2:00pm CDT/CST. Submit proposals to: Great Plains Area Indian Health Service Attn: Connie Valandra, Contract Specialist Federal Building, Room 309 115 4th Avenue Southeast Aberdeen, South Dakota 57401-4360 Telephone: 605/226-7567 Facsimile: 605/226-7669 E-mail: connie.valandra@ihs.gov 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/RFQ-18-088/listing.html)
- Place of Performance
- Address: 1323 BIA Route 4, Fort Thompson, South Dakota, 57339, United States
- Zip Code: 57339
- Zip Code: 57339
- Record
- SN04897478-W 20180425/180423230509-f2b7ed75a93eec94dabde1cf644fa72f (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 |