Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2019 FBO #6493
SOLICITATION NOTICE

Q -- IHS, Claremore Indian Hospital, General Surgeon Physician - Frequently Asked Questions - SF-1449 - Pre-Application - SOW

Notice Date
9/3/2019
 
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
HHSI2462019Q0091
 
Point of Contact
Judy Eaves, Phone: 4059513856
 
E-Mail Address
judy.eaves@ihs.gov
(judy.eaves@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW Pre-Application SF-1449 Frequently Asked Questions 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 via the attached SF-1449 and statement of work. The solicitation is issued as Request for Quote (RFQ) # HHSI2462019Q0091 for non-personal general surgeon physician services. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 effective 01-13-2017. This procurement is unrestricted under NAICS Code 621111 with a standard business size of $11.0 M. The Indian Health Service (IHS) intends to award a firm fixed price purchase order for one general surgeon. IHS is seeking one (1) full-time general surgeon physician for 3-6 months. ** Please note, performance of endoscopies are preferred but not required. ** The Government may make an award without discussion therefore, the quote should contain the best price and shall be determined to be the best overall value and most advantageous to the Government. 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 (Apr 2014), applies to this acquisition. In addition to the information required in FAR 52.212-1, Contractors shall provide their Dun and Bradstreet Number (note: Contractors must be registered in the System for Award Management (SAM) to be eligible for award. This can be done at http://www.sam.gov). The provisions of 52.212-2, Evaluation – Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award this solicitation to the responsible offeror 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 and (2) Past Performance of locum company and physician. All factors are equal in importance. Proposals shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Nov 2014) or indicate certifications in ORCA at https://orca@bpn,gov. The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (May 2014), applies to this acquisition. The FAR and HHSAR clauses that apply are listed in the solicitation. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items (Oct 2014) applies to this acquisition. Proposals are due by 1:00 pm CST, September 11, 2019, and must be delivered via fax, email or mail to the Oklahoma City Area Office, Division of Acquisition Management, Room 242, Attention: Judy Eaves, Oklahoma City, OK 73114. All responsible sources may submit a response which, if timely received, will be considered by the agency. In addition to quote and past performance information, include the following: * CV/resume for all candidates * Availability for all candidates * Pre-application (see attachment) for all candidates Total proposal package shall be limited in size to no more than 50 pages.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/HHSI2462019Q0091/listing.html)
 
Place of Performance
Address: Claremore Indian Hospital, 101 South Moore Avenue, Claremore, Oklahoma, 74017, United States
Zip Code: 74017
 
Record
SN05428988-W 20190905/190903231244-208b553511125f644e21f64a2618d4c6 (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.