Federal Bid

Last Updated on 13 Dec 2011 at 9 AM
Combined Synopsis/Solicitation
Washington

OB/GYN SERVICES

Solicitation ID RFQ12049
Posted Date 17 Nov 2011 at 9 PM
Archive Date 13 Dec 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Aberdeen Area Office
Agency Department Of Health And Human Services
Location Washington United states
This is a combined synopsis/solication for commerical items prepared in accordance with the format in the FAR Subpart 12.6 as supplemented and additional information included in the notice.  This procurement is being conducted under the Simplied Acquisition procedures pursuant to the Authority of FAR Subpart 13.5 Test Programs for Certain Commerical Items (10 USC 2043(g) 2305 & 41 USC 253(g) and 253a253b), FAR Part 12 Acquisitions of Commerical items (Title VIII of the Federal Acquisitions Streamlining Act of 1994 (Public Law 103-355)), and FAR 37.4 Non-personal Healthcare Services (10 USC 2304 and 41 USC 253).  Thus announcement constitutes the only solicitation; therefore, a written solicitation will not be used.  The Aberdeen Area Indian Health Service is currently seeking potential quoters for A Firm Fixed-Price, Non Personal Healthcare purchase order in accordance with the Request for Quotes (RFQ) 12-049 for Obstetrical and Gynecological Services Onsite one day a week for 43 weeks for the Wagner IHS Health Care Facility in Wagner, SD. Period of Performance will be from December 1, 2011 through September 30, 2012.  The solicitation documents & incorporation provisions & clauses are those in effect through the Federal Acquisition Circular 2005-44.  The associated North American Industry Classification System code is 621111 and the small business size standard is 7 million.  This is a small business set aside.

The "Unit Price" is an all inclusive cost. All "inclusive cost" is defined to include travel, lodging, per diem, fringe benefits, i.e., life insurance, social security, federal, state, and local taxes, plus all other costs pertinent to the performance of this purchase order/contract/DO/TO.

BASIS FOR AWARD: Quoters are advised that the Government will consider the following factors and the price in determining the best value for the government to determine the successful contractor. a) Ability to meet performance schedule; b) reasonableness of price; c) responsiveness of requirements;

ATTACHMENTS:

All required documents listed below must be completed, signed, and submitted in order to be considered responsive and considered for award.

1. SF-18 - Request for Quotation
2. OF-306 - Declaration of Federal Employment
3. OF-306 - Addendum to Declaration for Federal Employment
4. Agreement to a temporary waiver of character investigation
5. Licensure Requirement
6. Curriculum Vitae

SECURITY CLEARANCE
Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer.

In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov. As soon as practicable prior to the start of work, 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.

The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour or Cost Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount.

Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s).

 

 

Bid Protests Not Available

Similar Past Bids

Loop Texas 01 Dec 2017 at 9 PM
Loop Texas 01 Aug 2019 at 7 PM
Location Unknown 31 Aug 2009 at 3 PM
Washington 18 Jun 2019 at 7 PM
Location Unknown 22 Aug 2011 at 8 PM

Similar Opportunities

New mexico 02 Aug 2025 at 4 AM
Fort belvoir Virginia 31 Dec 2025 at 5 AM (estimated)
Fort belvoir Virginia 31 Dec 2025 at 5 AM (estimated)