SOLICITATION NOTICE
68 -- Medical Oxygen & Delivery Services for Tuscon Area Indian Health Services - SYNPOSIS/SOLICITATION
- Notice Date
- 9/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Tucson Area Office, 7900 S. J.J. Stock Road, Tucson, Arizona, 85746-9352
- ZIP Code
- 85746-9352
- Solicitation Number
- 15-249-SOL-00043
- Archive Date
- 10/15/2015
- Point of Contact
- Laverna Harding, Phone: 5202952455, Nadine Joe, Phone: 5202952464
- E-Mail Address
-
laverna.harding@ihs.gov, nadine.joe@ihs.gov
(laverna.harding@ihs.gov, nadine.joe@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- SCHEDULE OF FEES This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this procurement is 15-249-SOL-00043 and issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-80. This requirement is a SMALL BUSINESS SET-ASIDE and only qualified offerors may submit quotes. The North American Industry Classification System (NAICS) is 325120 with a small business size standard of 1,000 employees. Responses to the solicitation for the Oxygen & Air Delivery Services will result in a single award, indefinite-delivery contract, requirements (also known as Task-order) type contract. Services will be acquired each performance year on an "as needed basis" through the issuance of Task Orders by the Tucson Area Indian Health Service (TAIHS). The quantities specified in the attached bid sheet are for pricing estimates only. Performance shall be made only as authorized by the individual Task Orders made in accordance with the Task Order contract. The Contractor shall furnish to the Government, when and if ordered, the supplies specified in the contract. The Offeror must be authorized, qualified and a certified vendor and must quote on all or none basis. Written quotes are required. Oral offers will not be accepted. Only one contract will be awarded. 1) PURPOSE OF CONTRACT: The Contractor shall provide all Oxygen and Air Cylinders that are required for direct patient care throughout the Tucson Area Indian Health Services for San Xavier Health Center, Sells Indian Hospital, San Simon Health Center, and Santa Rosa Health Center. 2) PERIOD OF PERFORMANCE: The period of performance for the Base Year shall begin on October 1, 2015 through September 30, 2016. The period of performance for the Option Years shall be from October 1, 2016 through September 30, 2020. Upon funding availability and determination to be in the best interest of the Government, the Option Years will be unilaterally exercised by written modification in accordance with FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000). 3) STATEMENT OF WORK: A. TASKS: The contractor shall be in accordance with all Federal, State and Local regulations and shall be made with minimal divergence from the schedule established and with minimum disturbance and maximum protection of government personnel, property and general public. 1) Task Orders may be requested for the San Xavier Health Center, Sells Indian Hospital, San Simon Health Center and Santa Rosa Health Center. But delivery may be for the San Xavier Health Center and Sells Indian Hospital. 2) Scheduling arrangements will be made with the Contracting Officer's Representative. There should be no additional services/deliveries except what is noted on individual Task Orders. B. SCHEDULE: DELIVERY LOCATION: IHS Sells Indian Hospital Property and Supply Highway 86 & Topawa Rd Sells, Arizona 85634 SERVICES PER YEAR: 36 FREQUENCY: 3 PER MONTH DELIVERY LOCATION: Tucson Area IHS, San Xavier Health Center Dental Department-641T 7900 S. J. Stock Road Tucson, Arizona 85746 SERVICES PER YEAR: 36 FREQUENCY: 3 PER MONTH 1) CONTRACTOR HOURS OF OPERATION AT THE ABOVE FACILITIES SHALL COMMENCE NO EARLIER THAN 8:00 AM AND CONTINUE NO LATER THAN 4:00 PM, Monday through Friday (excluding federally recognized holidays), or as agreed upon between the Contractor and the Project Officer. Federally recognized holidays can be found online at: http://www.opm.gov/fedhol/index.asp C. MINIMUM CONTRACTOR QUALIFICATIONS: 1. The Contractor shall maintain throughout the term of this order: a) A current Hazardous Material haulers Permit issued by the Department of Transportation to perform delivery of services. 2. The Contractor shall furnish to the Contracting Officer, prior to commencement of performance, evidence of insurance coverage describe herein: a) Evidence of worker's compensation insurance and liability insurance for all Employees, facilities and vehicles. b) For the purpose of fulfilling obligations under this paragraph, the Contractor shall procure and maintain during the term of performance, liability insurance in form satisfactory to the contracting officer. The amount of the insurance shall be not less than $100,000 each person, $300,000 each occurrence and $100,000 property damage. c) The Contractor shall indemnify and hold the government harmless for any and all losses, damages, or liability on account of personal injury, death, or property damage, or claims for personal injury, death, or property damage of any nature whatsoever and by whomsoever made, arising out of the activities of the Contractor, his employees, subcontractors, or agents under this purchase order. d) Each policy of insurance shall contain an endorsement providing that cancellation by the insurance company shall not be effective unless a copy of the notice of cancellation sent via registered mail to the TAIHS Contracting Officer thirty (30) days prior to the effective date of cancellation. D. DELIVERABLES: 1) The contractor shall prepare and provide copies of all required documents necessary (i.e., Licensures and Certificates) to the Contracting Officer prior to services being rendered to ensure compliance with applicable Federal, State and local regulations. 2) Contractor shall perform annual inventories at all four of the following facilities: San Xavier Health Center, Sells Indian Hospital, San Simon Health Center, and Santa Rosa Health Center. Inventory results shall be provided to the Contracting Officer's Representative and the Contracting Officer. E. SUBCONTRACTS: None of the services furnished under this order shall be subcontracted or transferred to another contractor, or organization, without the specific prior written approval of the Contract Officer. F. QUALITY ASSURANCE: A. GENERAL: The Contractor shall keep current all licenses and certificates necessary for compliance with regulations for applicable federal, state, county, or tribal regulations or licensure requirements that may affect the services that are received for the Sells Indian Hospital. 4) SCHEDULE OF FEES: See Attachment. "NOTE: The estimate quantities are not a reflection of what will actually be ordered throughout the life of the contract. They are merely an estimate of what the Government anticipates materializing throughout the life of the contract. Task Orders may be issued orally, by facsimile, or by electronic commerce methods. Task Orders that are issued orally will be confirmed in writing." IHS CONTRACTING OFFICER RESPONSIBILITY: The authority to negotiate a change in terms, conditions, or amounts cited is reserved for the Contracting Officer. 5) ORDERING OFFICIAL: The Contracting Officer may designate in writing one or more ordering officials to issue Task Orders under this contract. Designations will be made by separate correspondence and shall identify the maximum dollar limitations authorized for each ordering official. In addition, the Contracting Officer is authorized to issue orders under this contract. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference which applies to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items; 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): 52.209-10, 52.233-3, 52.233-4, 52.204-10, 52.209-6, 52.219-6, 52.219-13, 52.219-28, 52.222-3, 52.222-17, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222.42, 52.222-43, 52.222-50, 52.222-55, 52.223-18, 52.225-1, 52.232-33, 52.239-1. The full text of the referenced FAR clauses may be accessed electronically at https:///www.acquisition.gov/far/. 6) ORDERING (FAR 52.216-18) OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from October 1, 2015 through September 30, 2020. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 7) ORDERING LIMITATIONS (FAR 52.216-19) (OCT 1995) (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than $100.00, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of $140,000; (2) Any order for a combination of items in excess of $140,000; or (3) A series of orders from the same ordering office within 3 days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 3 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 8) REQUIREMENTS (FAR 52.216-21) (OCTOBER 1995) (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2020. 9) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond September 30, 2016. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond September 30, 2016, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. HHSAR CLAUSES: The following clauses are incorporated by reference for Department of Health & Human Services Acquisition Regulation (48 CFR Chapter 3) Clauses. Full text may be accessed electronically at this address: http://www.hhs.gov/policies/hhsar/subpart352.html No. HHSAR Clause No. Title Date 352.201-70 Paperwork Reduction Act JAN 2006 352.202-1 Definitions JAN 2006 352.227-70 Publications and Publicity JAN 2006 352.242-73 Withholding of Contract Payments JAN 2006 352.270-2 Indian Preference APR 1984 352.270-3 Indian Preference Program JAN 2006 1. FAILURE TO COMPLY WITH THE BELOW TERMS AND CONDITIONS MAY RESULT IN OFFER BEING DETERMINED AS NON-RESPONSIVE 2. To be considered for award, all sellers must be manufacturer, federally authorized distributors of the equipment/services they are offering with the demonstrated capability of delivering the entire order within the time frames specified by the Buyer on the award. Sellers may be required to provide documentation as proof of authorization to be considered for award. Offers must be good for 60 calendar days after close of response date. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. No partial shipments are permitted unless specifically authorized at the time of award. Delivery must be made within 5 days or less after receipt of award (ARO). The offer must provide within its offer the number of days-not to exceed 10-required to make delivery after it receives a task order from the buyer. NO SUBSTITUTIONS-EXACT MATCH ONLY. The vendor may not substitute any item/service listed on this order without prior written approval from the Contracting Officer. No other individual is authorized, either verbally or in writing to change part numbers, manufacturer, quantity, delivery dates or any other specifications of this RFQ. Items/services that do not conform to descriptions and part numbers found in the RFQ will be rejected at the time of delivery causing a return at the vendor's expense. Shipping must be "free on board (FOB) destination" throughout the Continental U.S (CONUS), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer and the seller is responsible for the cost of shipping and risk the loss prior to actual delivery at the specified destination.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Tucson/15-249-SOL-00043/listing.html)
- Place of Performance
- Address: 1. IHS Sells Indian Hospital Property and Supply, Highway 86 & Topawa Rd, Sells, Arizona 85634, 2. Tucson Area IHS, San Xavier Health Center, Dental Department-641T, 7900 S. J. Stock Road, Tucson, Arizona 85746, Tucson, Arizona, 85746, United States
- Zip Code: 85746
- Zip Code: 85746
- Record
- SN03900397-W 20150925/150923235931-30dd5eebe954e5621249db519f308e48 (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 |