SOLICITATION NOTICE
Q -- IHS, Oklahoma Area, Psychiatric Nurse Practitioner Services - SF-1449 - Provisions - Statement of Work - Oklahoma Area Locum Form
- Notice Date
- 11/4/2019
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- 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
- HHSI24620Q0002
- 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
- Oklahoma Area Locum Form Statement of Work Provisions SF-1449 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) # HHSI24620Q0002 and is unrestricted. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular FAC (most recent version). This procurement is unrestricted under NAICS Code 621399 with a standard business size of $8.0 M. BACKGROUND: The purpose of this contract is to obtain contracted psychiatric nurse practitioner non-personal services for the Indian Health Service (IHS) Pawnee Indian Health Center. CONTRACT TYPE: The Indian Health Service intends to award one firm fixed price six-month contract. The Government may make an award without discussion therefore, the quote should contain the best terms in order to be determined the best overall value and most advantageous to the Government. PERIOD OF PERFORMANCE: Full-time, Monday-Friday, 6 months PLACE OF PERFORMANCE: Pawnee Indian Health Center 1201 Heritage Circle Pawnee, OK 74058 AMENDMENTS TO SOLICITATION: If this announcement is amended, all terms and conditions that are not amended will remain unchanged and in full force and effect. Offerors shall acknowledge receipt of any amendment and provide confirmation by returning a signed copy of the amended announcement, included in the offeror’s submitted proposal package. PROVISIONS 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.acquisition.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) Past Performance and (2) Price. 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. INSTRUCTIONS TO OFFERORS: 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 the following: (1) Verification of indemnification in the amount of $1 million per occurrence and $3 million aggregate. (2) Locum company’s past performance reference(s) – Offeror shall include the contact name and phone number, contract number, company name, brief description of project. (3) Dun and Bradstreet Number (note: Contractors shall be registered in the System for Award Management (SAM) to be eligible for award. This can be done at http://www.sam.gov). (4) Candidate(s) - Offeror shall provide resumes/CVs and Oklahoma Area Locum Form of professional personnel who will perform under the contract. Include academic degrees and dates received, major and minor fields of study, length of professional experience and copies of current certifications or licensures shall be provided for all professional staff. INSTRUCTIONS TO RESPONDENTS FOR SUBMITTALS: Proposals are due by 5:00 pm CST, November 12, 2019 and may be faxed, mailed or emailed. All responsible sources may submit a response which, if timely received, will be considered by the agency. Questions concerning this solicitation may be addressed to Judy Eaves via email at judy.eaves@ihs.gov no later than COB November 7, 2019. SUBMITTAL ADDRESS: Oklahoma City Area Office Division of Acquisition Management, Room 242 Attention: Judy Eaves 701 Market Drive Oklahoma City, OK 73114
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Oklahoma/HHSI24620Q0002/listing.html)
- Place of Performance
- Address: Pawnee Indian Health Center, 1201 Heritage Circle, Pawnee, Oklahoma, 74058, United States
- Zip Code: 74058
- Zip Code: 74058
- Record
- SN05488611-W 20191106/191104230437-ff23373db8794d4d61080cf66b9ddd7c (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 |