Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2024 SAM #8205
SOLICITATION NOTICE

Q -- ISBEE Set Aside - Pharmacist Services Clinton Indian Health Center

Notice Date
5/13/2024 1:26:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
OK CITY AREA INDIAN HEALTH SVC OKLAHOMA CITY OK 73114 USA
 
ZIP Code
73114
 
Solicitation Number
246-24-Q-0112
 
Response Due
5/17/2024 9:00:00 AM
 
Archive Date
06/01/2024
 
Point of Contact
Krishna Harriman, Phone: 5803313487
 
E-Mail Address
krishna.harriman@ihs.gov
(krishna.harriman@ihs.gov)
 
Small Business Set-Aside
ISBEE Indian Small Business Economic Enterprise (ISBEE) Set-Aside (specific to Department of Interior and Indian Health Services)
 
Description
This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotations are being requested in response to this notice and a written solicitation will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-24-Q-0112.��Submit only written quotes for this RFQ. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-04. This solicitation is a 100% Indian Small Business Economic Enterprise set-aside per Buy Indian Act, 25 U.S.C. 47 and only offers from Buy Indian small businesses will be accepted. The associated NAICS code is 621399 with a Small Business Standard size of $10M. PERIOD OF PERFORMANCE: ������ 12 months. Tentative start date: 06/03/2024 Vendor Requirements: ��SEE ATTACHED STATEMENT OF WORK Submit Quotes no later than: 05/17/2024 11:00 a.m. CST� to the Following Point of Contact (only): Krishna Harriman, Purchasing Agent, via Email: krishna.harriman@ihs.gov. Evaluation:� FAR 52.212-2 Evaluation � Commercial Products and Commercial Services (NOV 2021): (a) The Government will award a firm fixed price 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. The following factors shall be used to evaluate offers: Best Value (see criteria below) In determining best value, the Government will use Trade-offs where Price and other evaluation Factors will be considered: Personnel Qualifications, Prior Experience. The Evaluation Factors and significant sub factors when combined are significantly more important than cost or price. As part of the evaluation process, candidates may be interviewed to ensure their understandings of the SOW and to verify their qualifications to perform required services. Personnel qualifications: Pharmacist candidate shall have a valid unrestricted Oklahoma Pharmacist license. Vendor/Pharmacy candidate shall have current professional liability insurance. Pharmacist candidate must have valid Basic Life Support (BLS) Training Certificate. Prior Experience: Vendor shall provide resume of Pharmacist candidate demonstrating at least 1 year of pharmacy experience with references (including internships). Experience with Resource and Patient Management System (RPMS) / Electronic Health Records (EHR), and pharmacy robotic dispensing automation and will call systems. Capabilities shall satisfy the governments technical requirements in section 2 of the attached Statement of Work. Pricing: Complete pricing schedule above. Price per hour shall be an all-inclusive rate. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) VENDORS SHALL SUBMIT THE FOLLOWING: *PROVIDE A COPY OF EACH OF THE FOLLOWING: ��������������� 1) Valid Unrestricted Oklahoma Pharmacist License ��������������� 2) Current Limited Liability Insurance ��������������� 3) Valid Basic Life Support (BLS) Training Certificate *CANDIDATES RESUME INCLUDING REFERENCES. *OFFERORS ARE REQUIRED TO PROVIDE A COMPLETED COPY OF THE ATTACHED PROVISION 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS � COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES WITH OFFER. *OFFERORS ARE REQUIRED TO PROVIDE A COMPLETED COPY OF THE ATTACHED PROVISION 52.222-22, PREVIOUS CONTRACT AND COMPLIANCE REPORTS WITH OFFER. *PROVIDE A COMPLETE IHS IEE REPRESENTATION FORM (ATTACHED). *COMPLETED PRICE SCHEDULE � MUST BE COMPLETED WITH ALL INCLUSIVE HOURLY RATE. Pre Security/Finger printing clearance: The selected candidate 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; this includes fingerprinting guidelines. The selected candidate will be subject to a pre-employment finger print check and background investigation. Clearance is required prior to beginning their tour of duty. This solicitation will result in a firm fixed price purchase order pursuant to the terms and conditions below.� Terms and conditions other than those stated will not be accepted.� The above pricing is all inclusive.� PROVISIONS:� The following FAR & HHSAR provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commerical Products and Commercial Services (Feb 2024); FAR 52.222-22, Previous Contract and Compliance Reports (Feb 1999); FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (May 2014); HHSAR 352.226-4, Notice of Indian Small Business Economic Enterprises set-aside (Jan 2022); HHSAR 352.226-7, Indian Economic Enterprise Representation (Jan 2022); HHSAR 352.239-73, Electronic Information and Technology Accessibility Notice (Dec 2015); HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024) (DEVIATION); �(the offeror should include a completed copy of these provisions with their quote). CLAUSES:� The following FAR & HHSAR clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Products and Commercial Services (Feb 2024) (to include the following clauses sited): � FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023); FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021); FAR 52.219-6, Notice of Total Small Business Set-Aside�(Nov 2020); FAR 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024); FAR 52.222-3, Convict Labor�(Jun 2003); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016); FAR 52.222-35, Equal Opportunity for Veterans (Jun 2020); FAR 52.222-36, Equal Opportunity for Workers with Disabilities (JUN 2020); FAR 52.222-37, Employment Reports on Veterans (Jun 2020) FAR 52.222-50, Combating Trafficking in Persons (Nov 2021); FAR 52.222-54, Employment Eligibility Verification (May 2022); FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving (Jun 2020); FAR 52.224-3 Privacy Training (Jan 2017); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018); FAR 52.239-1 Privacy or Security Safeguards (Aug 1996); FAR 52.222-41, Service Contract Labor Standards (Aug 2018); FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014); FAR 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022); FAR 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022); FAR 52.217-8, Option to Extend Services (Nov 1999); FAR 52.224-1, Privacy Act Notification (Apr 1984); FAR 52.222-2, Privacy Act (Apr 1984); FAR 52.252-6, Authorized Deviations in Clauses (Nov 2020); HHSAR CLAUSES: HHSAR 352.204-71 Information and Information Systems Security (Feb 2024) (DEVIATION); HHSAR 352.204-72, Records Management (Feb 2024) (DEVIATION); HHSAR 352.204-73, Contractor Personnel Security and Agency Access (Feb 2024) (DEVIATION); HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015), HHSAR 352.223-70, Safety and Health (DEC 2015); HHSAR 352.224-70, Notification of System of Records Notice (Feb 2024) (DEVIATION); HHSAR 352.224-71, Confidential Information (Feb 2024) (DEVIATION); HHSAR 352.226-1, Indian Preference (Dec 2015) HHSAR 352.226-6, Indian Economic Enterprise Subcontracting Limitations (Jan 2022); HHSAR 352.232-71, Electronic submission of payment requests (FEB 2022); HHSAR 352.237-70, Pro-Children Act (Dec 2015); HHSAR 352.237-71, Crime Control Act � Reporting of Child Abuse (Dec 2015); HHSAR 352.237-72, Crime Control Act � Requirement for Background Checks (Dec 2015); HHSAR 352.237-73, Indian Child Protection and Family Violence Act (Dec 2015); HHSAR 352.237-74, Non-Discrimination in Service Delivery (Dec 2015); HHSAR 352.239-79, Information and Communication Technology Accessibility (Feb 2024) (DEVIATION); ��The above Provisions and Clauses may be obtained via internet at https://www.acquisition.gov/browse/index/far Miscellaneous: NO FAX QUOTATIONS ELECTRONIC SUBMISSIONS � SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (krishna.harriman@ihs.gov)� All contractors must be registered in the System for Award Management database located at https://www.sam.gov/sam/ prior to any contract award.� Please submit the following information with each quote: Vendor Name, Cage Code, UEI number, Tax Identification Number, Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote expires, warranty, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability.� Failure to provide sufficient technical detail may result in rejection of your quote.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9bb261f6a2604b238f130a676a61c8f8/view)
 
Place of Performance
Address: Clinton, OK 73601, USA
Zip Code: 73601
Country: USA
 
Record
SN07061505-F 20240515/240513230047 (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 |
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.