SOLICITATION NOTICE
U -- Fitness Instructor/Specialist
- Notice Date
- 3/4/2020 4:14:07 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 611519
— Other Technical and Trade Schools
- Contracting Office
- NAVAJO AREA INDIAN HEALTH SVC WINDOW ROCK AZ 86515 USA
- ZIP Code
- 86515
- Solicitation Number
- IHS1397475
- Response Due
- 3/11/2020 12:00:00 PM
- Archive Date
- 03/26/2020
- Point of Contact
- Michelle James, Phone: 9288715841
- E-Mail Address
-
michelle.james@ihs.gov
(michelle.james@ihs.gov)
- Small Business Set-Aside
- BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, 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 acquisition is IHS1397475. The solicitation is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, effective January 15, 2020. This is a Buy Indian set aside. The North American Industry Classification System (NAICS) Code for this acquisition is 611519. The Contract Line Items (CLINs) and pricing structure are as shown below: CLIN 1 Base Period � Fitness Instructor CLIN 2 1st Option Period � Fitness Instructor The Contractor shall provide services to lead and conduct physical activities and health and wellness education for the Navajo Area Indian Health Service. Place of Performance:� Navajo Area Indian Health Service, 272 Hwy 264, Window Rock, AZ� 86515 Period of Performance: Base Period:� Date of award through August 31, 2020 First Option Period: �September 1, 2020 � December 31, 2020 The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. 52.212-2, Evaluation-Commercial Items. The Government will award a firm-fixed price contract to the responsible offeror whose proposal represents best value. In determining best value, offerors will be evaluated in accordance to the following evaluation criteria: Technical Capability � Offerors understanding of the services requirements: Minimum of 24 months of experience providing services of similar nature. Price Technical capability and price are of equal importance.� Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. � The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. � The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. � The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisition of commercial items: � 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) 52.204-6, Unique Entity Identifier, (Oct 2016) 52.204-7, System for Award Management, (Oct 2018) 52.204-9, Personal Identity Verification of Contractor Personnel, (Jan 2011) 52.209-11 Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) 52.217-8, Option to Extend Services (Nov 1999) 52.217-9, Option to Extend the Term of the Contract (Mar 2000) 52.222-3, Convict Labor (June 2003) (E.O. 11755) 52.222-26, Equal Opportunity (Sept 2016) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.224-1, Privacy Act Notification (Apr 1984) 52.224-2, Privacy Act (Apr 1984) 52.232-18, Availability of Funds (Apr 1984) 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 52.233-2, Service of Protest (Sept 2006) 52.237-3, Continuity of Services (Jan 1991) � The following HHSAR clauses are hereby incorporated in this RFQ: HHSAR 352.242-70 Key Personnel (December 2015) HHSAR 352.224-70 Privacy Act (December 2015) HHSAR 352.237-71 Crime Control Act - reporting of child abuse (December 2015) � The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this requirement. � Questions are due March 9, 2020 10:00 A.M. MDT. Please email your questions to Michelle James at michelle.james@ihs.gov. � All responsible offerors shall submit the following documents NO LATER THAN 1:00 P.M. MDT, March 11, 2020: Proposal/Quote Experience, Qualifications, Past Performance (Individual/Company) Company profile and background information. Resume Degrees, Certifications and Licensures References �Fax submissions are not authorized.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/66e8d68679e3470387c5d4b3b29a0277/view)
- Place of Performance
- Address: Window Rock, AZ 86515, USA
- Zip Code: 86515
- Country: USA
- Zip Code: 86515
- Record
- SN05579419-F 20200306/200304230143 (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 |