MODIFICATION
Q -- Pharmacist - Ute Mountain Ute Health Center - Towaoc, CO
- Notice Date
- 4/18/2023 8:46:38 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621399
— Offices of All Other Miscellaneous Health Practitioners
- Contracting Office
- ALBUQUERQUE AREA INDIAN HEALTH SVC ALBUQUERQUE NM 87110 USA
- ZIP Code
- 87110
- Solicitation Number
- 75H70723Q00063
- Response Due
- 5/8/2023 4:30:00 PM
- Archive Date
- 05/23/2023
- Point of Contact
- Shandiin DeWolfe, Phone: (505) 256-6755
- E-Mail Address
-
Shandiin.DeWolfe@ihs.gov
(Shandiin.DeWolfe@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for the Indian Health Service (IHS) for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 75H70723Q00063 and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated North American Industrial Classification System (NAICS) code for this procurement is 621399 with a small business size standard of $9.0.M. The Albuquerque Area Indian Health Service (AAIHS) has a requirement for the following:� One (1) Pharmacist on an as-needed basis with weekly hours not to exceed 30 hours per week, for the Ute Mountain Ute Health Center located in Towaoc, CO. Prospective Offerors are invited to submit proposals in reference to Solicitation No. 75H70723Q00063.�The proposal should include, but is not limited to: Pricing proposal or quote; applicable past performance from within the past year; and vendor information (including UEI number and capability statement). The Government anticipates awarding one firm-fixed price purchase order. **The Scope of Work and other details can be found in the attached Solicitation. A Fillable Table is also attached for your usage or you can submit quote/pricing in your own format. ** CASCADING SET-ASIDE Under the Buy Indian Act, 25 U.S.C. 47, through the transfer of authority from the Department of Interior to HHS, offers will be solicited from Indian Small Business Economic Enterprises (see HHSAR Subpart 326.6) that are also small business concerns. If we do not receive enough competition and/or reasonably priced offers from the ISBEE set-aside, we will then evaluate quotes and consider for award to other small business concerns. Any acquisition resulting from this cascading set-aside will be from such a concern as follows: 1st Tier: Small Business Indian Firms 2nd Tier: Service Disabled Veteran-Owned Small Business 3rd Tier: Certified HubZone Small Business 4th Tier: Small Disadvantaged Business 5th Tier: All Other Small Business Concerns OTHER DETAILS 1.�Offer Period�- Bid MUST be good for at least 90 calendar days after close of solicitation. 2.�SAM Requirement�- To be eligible for contract award, vendor must be registered in the System for Award Management (SAM) and must also complete Representations and Certifications at http://www.sam.gov, per FAR 52.204-7. Registration information can be found at www.sam.gov. Vendor must have an active UEI number. 3.�Commercial Items Terms and Conditions�- The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. 4.�Terms and Conditions�- This is a solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This procurement is being conducted under FAR Part 13, Simplified Acquisition Procedures. 52.204-7, 52.212-3, 52.213-4, 52.222-36. 5.�Invoicing- Invoices submitted under any award resulting from this solicitation will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing of Payment Requests (Feb 2022). 6.�Payment- All payments by the Government under any associated order shall be made by electronic funds transfer (EFT), per FAR 52.232-33. PROPOSAL SUBMISSION Prospective Offerors are required to submit proposals by: Email to Shandiin.DeWolfe@ihs.gov QUESTIONS? In accordance with FAR 15.201 - Exchanges with Industry, before receipt of proposals, please refer to �Solicitation No. 75H70723Q00063� when requesting information regarding the solicitation via e-mail to Shandiin.DeWolfe@ihs.gov, or phone: (505) 256-6755. The last day to submit any questions will be 5 business days, May 1st, 2023, at 12 pm prior to the solicitation close date.� Proposals will be accepted until 5:30 pm MST on Monday, May 08, 2023.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d9bf6e35435d404580dc7c06865c692b/view)
- Place of Performance
- Address: Towaoc, CO 81334, USA
- Zip Code: 81334
- Country: USA
- Zip Code: 81334
- Record
- SN06653837-F 20230420/230418230120 (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 |