SOLICITATION NOTICE
Q -- IHS1396990 - Night Hospitalist
- Notice Date
- 2/25/2020 2:24:36 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
- ZIP Code
- 86515
- Solicitation Number
- IHS1396990
- Response Due
- 2/28/2020 2:00:00 PM
- Archive Date
- 03/14/2020
- Point of Contact
- Melissa Lake, Phone: 5053687029
- E-Mail Address
-
melissa.lake@ihs.gov
(melissa.lake@ihs.gov)
- Description
- This is a combined synopsis/solicitation for Internal Medicine � Night Hospitalist services in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Night Hospitalist Service, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposal are being requested and a written solicitation will not be issued. This is a Request for Quotation (RFQ for Services. This request is in accordance with the solicitation provisions and clauses through Federal Acquisition Circular 2005-95. The North American Industry Classification System (NAICS) is 561320 The Government anticipates an award of a Firm Fixed Price brand name or equal contract. The Government intends to evaluate proposals based on compliance with solicitation requirements, delivery, past performance, and warranty. The tie breaker will be price. The Government intends to award one contract as a result of this solicitation that is the most advantageous to the Government. An award will made based on the requirements and evaluation factors. GENERAL INSTRUCTIONS Documents are to be submitted to Melissa Lake, Contract Specialist in the Acquisitions Department via email to�melissa.lake@ihs.gov. Final proposals are due NO LATER THAN 02/28/2020 by 3PM Mountain Standard Time. SOCIO-ECONOMIC CONSIDERATION:� As provided in FAR 19, 19.201, General policy: (a) It is the policy of the Government to provide maximum practicable opportunities in its acquisitions to small business, veteran-owned small business, service-disabled veteran-owned small business, HUB Zone small business, small disadvantaged business, and women-owned small business concerns. Such concerns must also have the maximum practicable opportunity to participate as subcontractors in the contracts awarded by any executive agency, consistent with efficient contract performance. Please state your socioeconomic status. DESCRIPTION of Requirements: Please Indicate if FSS, NNG, or open market FOB: Destination Contractor will be evaluated based on the following evaluation factors and what is most advantageous to the government. Please see attachment for requirements and specification of equipment needed. 1. Past-performance/capability statement 2. Meeting department specifications 3. Warranty If there is a tie, tie breaker will be price ------------------------------------------------------------------------------------------------------------------------------------------------------- APPLICABLE PROVISIONS AND CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition (the full text of a clause may be accessed electronically at this address: FAR: https://www.acquistion.gov. The following Provisions and Clauses apply to this solicitation and are incorporated by full text: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (Feb 1998)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. 52.202-1 Definitions (NOV 2013) 52.204-3 Taxpayer identification (OCT 1998) 52.204-7 System of Award Management (OCT 2018) 52.212-1 Instructions to Offerors (OCT 2018) 52.212-2 Evaluation-Commercial Items (OCT 2014) 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) 52.223-6 Drug-Free Workplace (MAY 2001) 52.229-3 Federal, State, and Local Taxes (FEB 2013) 52.229-4 Federal, State, and Local Taxes (State and Local Adjustments) (FEB 2013) 52.232-1 Payments (APR 1984) 52.232-8 Discounts for Prompt Payment (FEB 2002) 52.232-18 Availability of Funds (Apr 1984) 52.232-33 Payment by Electronic Funds Transfer-System of Award Management (OCT 2018) 52-233-1 Disputes (MAY 2014) 52.237-3 Continuity of Services (JAN 1991) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) 52.243-1 Changes - Fixed Price (AUG 1987) 52.246-4 Inspection of Services - Fixed Price (AUG 1996) 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (APR 1984) 52.249-4 Termination for Convenience of the Government (Services) (Short Form) (APR 1984) 52.249-8 Termination for Default (Fixed-Price Supply and Service) (APR 1984) 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 employee's 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 clause, including this paragraph (d), in all subcontracts when the subcontractor's 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 (JAN 1997) Additional Health & Human Service Acquisition Regulation (HHSAR) clauses: 352.202-1 Definitions� 352.224-70 Confidentiality of information� 352.232-9 Withholding of contract payments� 352.249-14 Excusable delays� 352.270-5 Key personnel� 352.270-11 Privacy Act� 352.270-13 Tobacco-free facilities� 352.270-18 Crime Control Act - Requirement for background checks� 352.270-19 Electronic information and technology accessibility
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e3b6d9c552d64fee875c14695c12921b/view)
- Place of Performance
- Address: Shiprock, NM 87420, USA
- Zip Code: 87420
- Country: USA
- Zip Code: 87420
- Record
- SN05571760-F 20200227/200225230138 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |