Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2015 FBO #5031
SOLICITATION NOTICE

H -- Hospitals Statement of Conditions/LifeSafety - SF-1449

Notice Date
8/31/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Oklahoma Area Ofc Claremore Service Unit, Claremore Indian Hospital, 101 South Moore, Claremore, Oklahoma, 74017
 
ZIP Code
74017
 
Solicitation Number
CLA-15-Q-0020
 
Archive Date
9/22/2015
 
Point of Contact
Eileen S. Soban, Phone: 9183426511, LaDonna Collins, Phone: 9183426447
 
E-Mail Address
eileen.soban@ihs.gov, ladonna.collins@ihs.gov
(eileen.soban@ihs.gov, ladonna.collins@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work SF-1449 Solicitation This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; Request for Quotes (RFQ) are being requested and a written solicitation will not be issued. The Claremore Indian Hospital (IHS) intends to award a firm fixed-price, non-personal service type contract, commercial item; purchase order in response to solicitation number CLA-15-Q-0020 for a Base plus 2 option years to provide a 4-day consultation for the hospitals Statement of Conditions and Life Safety Compliance to maintain accreditation with The Joint Commission IAQ attached statement of work. This acquisition is a 100% set a-side small business. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, July 2, 2015. The associated North American Industry Classification System code (NAIC) code is 541990 and the Small Business size standard is $15.0 Million. This acquisition will not be subject to Service Contract Labor Standards. Period of performance: This contract will be from September 8, 2015 through September 7, 2016, with Two Option Years. (Or when purchase order is awarded) *Subject to Availability of Next Year's Funds, FAR 52.232-19 incorporated by reference NOTE: A new order will be issued for each option year. Offers will be accepted electronically no later than September 7, 2015, 4:30pm CST. After this date proposals will not be accepted. Submit proposals to Eileen Soban, Purchasing Agent, at Eileen.soban@ihs.gov and LaDonna Collins, Supervisory Contract Specialist, at Ladonna.collins@ihs.gov. Questions shall be submitted electronically to Eileen.soban@ihs.gov no later than September 2, 2015, 2:00pm CST. Questions after this date will not be accepted. Questions will be answered September 4, 2015 by 4:30pm CST. Contractor will need a DUNS number & TIN number and be registered with www.SAM.gov. Location is at the Claremore Indian Hospital, 101 S. Moore Ave, Claremore, Oklahoma 74017. The provisions of FAR 52.212-2, Evaluation-Commercial Items (Oct 2014), applies to this acquisition. The Government will award a 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: (1) Method and Approach: The offeror's response shall provide method and approach to performing the Statement of Conditions and Life Safety Review according to the Statement of Work. (2) Best Value: Value of consulting services based on price and according to the method and approach according to the scope of work. (3) Past Experience: Provide contract and consulting service information for three facilities in the last five years for similar consulting services. (4) Licenses & Certification: Proof of Licenses and Certifications for performing consultation services for similar services for healthcare facilities accredited by The Joint Commission as listed in the statement of work Method and Approach, Past Experience, and License & Certification Technical, when combined; is more important than price factors. 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). PLEASE COMPLETE THE ATTACHED PROPOSAL SCHEDULE AND SUBMIT. INCLUDE PRICE OVERALL PRICE PER LINE ITEM FOR BASE YEAR AND OPTION YEAR WITH AN OVERALL GRAND TOTAL. The unit pricing must be an all-inclusive cost (to include but not be limited to transportation, food, lodging, per diem, federal, state and local taxes), plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. The following clauses are applicable to this acquisition and can be accessed through http://www.acquisition.gov/far/index.html: FAR 52.212-1 - Instructions to Offerors-Commercial Items (Apr 2014) Offerors are to include a completed copy of the provision found at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Dec 2014), applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. CLAUSES INCORPORATED BY REFERENCE: FAR 52.204-9 Personal Identity Verification of Contractor Personnel (Jan 2011) FAR 52.217-8, Option to Extend Services (Nov 1999) FAR 52.217-9, Option to Extend Term of the Contract (Mar 2002) FAR 52.223-6, Drug Free Workplace (May 2001) FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving. (Aug 2011) HHSAR 352.242-71 Tobacco-Free Facilities (Jan 2006); http://www.hhs.gov/policies/hhsar/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Claremore/CLA-15-Q-0020/listing.html)
 
Place of Performance
Address: 101. S. Moore Ave, Claremore, Oklahoma, 74017-5047, United States
Zip Code: 74017-5047
 
Record
SN03864727-W 20150902/150901000437-1ac115656f33517625cda5f605555137 (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.