SOLICITATION NOTICE
Q -- Acupuncture services 40 hours/week.
- Notice Date
- 5/26/2022 11:49:04 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 22-005435
- Response Due
- 6/13/2022 12:00:00 PM
- Archive Date
- 06/28/2022
- Point of Contact
- Grace Wong-Darko, Phone: 3014961199
- E-Mail Address
-
Grace.Wong-Darko@nih.gov
(Grace.Wong-Darko@nih.gov)
- 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 includes the solicitation package with all attachments under this acquisition for services. This procurement is a total small business set aside. It is the intent of the Government to issue a firm-fixed price contract. The solicitation number is RFP 22-005435 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-04. This acquisition will be made pursuant to the authority of FAR 13.5 to use simplified acquisition procedures for commercial requirements. The Clinical Center has a requirement for acupuncture support services for patients at the NIH CC referred for pain and symptom management purposes by Government staff. �Offerors are referred to the attached Statement of Work (SOW) for all technical requirements and standards of service.� The period of performance is for a one year twelve (12 month) base period with four (4) consecutive twelve (12) month option periods.� All services will be requested from the Clinical Center in Bethesda, Maryland. The associated North American Industry Classification System (NAICS) Code is 621111 with a business standard size of $12.0 million. Interested parties who meet the requirements as outlined in the SOW are invited to submit a proposal, including statements of how the proposal will meet the Government requirements.� All information furnished shall be legible, typed and must contain sufficient detail to allow the government to evaluate and determine best value, see TECHNICAL EVALUATION CRITERIA- (3 PAGES). The technical, past performance combined will be significantly more important than cost. However, cost/price will be a significant factor in the event that two or more vendors are determined to be essentially equal following the evaluation of technical factors. Please submit the technical and cost proposals separately, clearly labeled. Please submit your most advantageous pricing arrangements in the proposal labeled �Price Quote� based on 1952 hr per year. The proposal shall include pricing for the base year, and each subsequent (4) four option year periods, all priced separately and clearly identified as: 1. Base Year -1952 hrs x Hourly Rate = Total cost for the base year.� 2. Option Year 1 -1952 hrs x Hourly Rate = Total cost for the 1st option year.� 3. Option Year 2 -1952 hrs x Hourly Rate = Total cost for the 2nd option year. 4. Option Year 3 -1952 hrs x Hourly Rate = Total cost for the 3rd option year. 5. Option Year 4 -1952 hrs x Hourly Rate = Total cost for the 4th option year. The solicitation incorporates the provisions at FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITIONS, FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS.� Specific evaluation criteria are listed within the statement of work, titled TECHNICAL EVALUATION CRITERIA. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-with SAM Unique Entity ID number addendum. Or, the offeror may provide documentation that the vendor is current and registered in Online Representations and Certifications Application (ORCA) on www.bpn.gov. �In addition, the resulting contract will incorporate the requirements of the clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, and the requirements contained in paragraphs (a) and (d) of the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items-deviation for simplified acquisitions.� The contract will also incorporate the following FAR clauses cited in paragraphs (b) and (c) of the latter clause: FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS; FAR 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS OF VIETNAM ERA; 52.223-6 DRUG FREE WORKPLACE, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (31 U.S.C. 3332); 52.217-5 EVALUATION OF OPTIONS; FAR 52.204-9, PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL; FAR 52.237-3, CONTINUITY OF SERVICES. 52.217-8�Option to Extend Services (Nov�1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6�months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � (End of clause) 52.217-9�Option to Extend the Term of the Contract (Mar�2000) (a) The Government may extend the term of this contract by written notice to the Contractor within one day; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least __30_ days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 (months). � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �(End of clause)� All inquiries regarding this solicitation must be submitted in writing to grace.wong-darko@nih.gov by June 6, 2022, 3:00 p.m. eastern. All questions and responses will be posted in the sam.gov via amendment to this solicitation within 5 business days of the original inquiry.� Offers and related materials must be received in this office by 3:00 p.m. EST on June 13, 2022.� Facsimile submissions are not authorized and collect calls will not be accepted offers to Grace Wong-Darko at the address listed in this notice, or grace.wong-darko@nih.gov.� Please reference the solicitation number, 22-005435 on your offer.�� Performance will be accomplished at NIH, Bethesda, MD.� All expenses incurred as a result of this solicitation, is solely the responsibility of the offeror. Attachments 1) Statement of Work 2) Technical Evaluation 3) Invoice and Payment Provisions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d6fe0f7d5b4c4186b5b32abfac87027f/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06339745-F 20220528/220526230059 (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 |