B. The Great Plains Area Indian Health Service (I.H.S) intends to award a Firm-Fixed Price, Indefinite delivery/ Indefinite Quantity, Non-Personal services purchase order in response to Request for Quote (RFQ) 19-060.
C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01.
D. The RFQ is issued at a 100% Small business and associated with NACIS code 561320, which is small business standard 27.5 million.
E. The unit price is an all-inclusive (All "inclusive cost" is defined to include travel, lodging, per diem, fringe benefits, federal, state and local taxes, contact the local Tribal TERO Office to see if taxes are applicable), plus all other cost pertinent to the performance of this purchase order. Utilize your most competitive and reasonable rates. Basis for award shall be based on the Lowest Price Technically Acceptable "LPTA".
F. The Contract Line Items (CLINs) structure is as shown below.
CLIN 0001 Base Year- May 1, 2019 to April 30, 2020:
40 hours @ Monthly $____________;
480 hr @ Year totaling $________________
CLIN 0002: Option Year One (1) May 1, 2020 to April 30, 2021
40 hours @ Monthly $________________
480 hours @ Year Totaling $_______________
CLIN 0003: Option Year Two (2) May 1, 2022 to April 30, 2023
40 hours @ Monthly $________________
480 hours @ Year Totaling $_______________
CLIN 0004: Option Year Three (3) May 1, 2023 to April 30, 2024
40 hours @ Monthly $_________________
480 hours @Year Totaling $______________
CLIN 0005: Option Year Four (4) May 1, 2024 to April 30, 2025
40 hours @ Monthly $_________________
480 hours @ Year Totaling $______________
G. Diagnostic Radiologic Technologist
H. Services will be provided at Standing Rock Indian Health Hospital, Fort Yates ND 58538
The period of performance: May 1, 2019 to April 30, 2020 base year with four (4) option years
I. FAR 52.212-1 Instructions to offerors- Commercials Items (January 2018)
Offers may be submitted on the company letterhead stationery, signed and dated. It shall include the following in order to be considered technically acceptable:
1. Solicitation Number: RFQ-19-060
2. Closing Date: April 15, 2019 12:00 CST
3. Name, Address, and phone number of company and email of contact person.
4. Technical description of the service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary.
5. Price and any discount terms
6. "Remit to" Address, if different than mailing address
7. A completed copy of the representations and certifications at FAR 52.212-3; see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically.
8. Acknowledgement of Solicitation Amendments (if any issued).
9. Statement stating ability to meet qualifications and the requirements of the Statement of Work.
10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions.
In addition, Contractors shall provide the following:
;
• Shall meet qualifications in the Statement of Work
J. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (October 2018)-See attachment for full text.
An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) t through (o) of this provision.
K. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (October 2018) - See attachment; in by reference
L.. FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (January 2019) - See attachment for full text.
M. Attached are the Federal Acquisition Regulations (FAR) and Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable.
N. Offers will be accepted electronically, Submit via e-mail to the following:
Great Plains Area Indian Health Service
Faye Goehring, Contract Specialist
115 4th Avenue SE, Room 309, Federal Building
Aberdeen, South Dakota 57401
Fax 605-226-7328
e-mail: [email protected]
Any questions please submit by April 10, 2019 by 12:00 CST
Security Clearance:
No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusion.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office there is a change in provider.
In addition, no Contractor or subcontractor employee shall be permitted to performance work under this contract if listed on the LEIE (HHS Office of Inspector general List of Excluded Individuals/Entities), http://exclusions.oig.hhs.gov. As soon as practicable prior to the performance of the work, the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work.