Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

Q -- Registered Nurse Services

Notice Date
4/7/2021 7:35:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
CR21-25
 
Response Due
4/21/2021 12:00:00 PM
 
Archive Date
05/06/2021
 
Point of Contact
Paige Kerstiens, Phone: 6059641565, Fax: 6059647737, Danielle Chasing Hawk, Phone: 6059640605, Fax: 6059647737
 
E-Mail Address
Paige.Kerstiens@ihs.gov, Danielle.ChasingHawk@ihs.gov
(Paige.Kerstiens@ihs.gov, Danielle.ChasingHawk@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
(i) a. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. b. The Indian Health Service/Cheyenne River Health Center intends to award a Firm Fixed-Price, Non-Personal Services contract, to provide Registered Nurse Services for the Cheyenne River Health Center located in Eagle Butte, South Dakota. The need is for Eight (8) RNS, with 2 RNs being assigned to Inpatient/ER, (Primary assignment in Inpatient but will float to ER as needed), and 6 RNS being assigned to ER/Inpatient (Primary assignment in ER but will float to Inpatient as needed). (ii) This solicitation is being issued under solicitation number CRHC21-25. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-04, dated 01/19/2021 (iv) This buy is IEE set aside and the associated NAICS code is 621399, with a Small business Size Standard of $8 Million, Product Service Code is Q401 � Medical - Nursing.� (v) Services purchased through this contract will be Registered Nurse Services. �A list of line items, quantities/units of measure at attached. �The �Unit Price� is an all-inclusive cost. �All �inclusive cost� is defined to include, but not limited to travel, lodging, per diem, benefits, fuel, freight etc., plus all other costs pertinent to the performance of this contract. �The period of performance will be 6 months ARO. � (vi) Description of Services: Include, but not limited to, Registered Nurse Services, required by the attached Performance Work Statement, for the Cheyenne River Health Center. � (vii) The period of performance will be 6 months. �Delivery and acceptance terms for this order are with the PWS. POP: 06/01/2021 � 12/01/2021. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018), applies to this acquisition. �Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include, at a minimum: 1.�� �Solicitation number CRHC21-25 2.�� �Closing Date: April 21, 2021 at 1:00pm MST 3.�� �Name, address, telephone number of the offeror and email address of the contact person 4.�� �Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. � 5.�� �Terms of any express warranty 6.�� �Price and any discount terms 7.�� ��Remit to� address, if different than mailing address 8.�� �A completed copy of the representations and certifications at FAR 52.212-3 9.�� �Acknowledgement of Solicitation Amendments, if issued 10.�� A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. �Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Quotes shall also include the following to be considered acceptable. 1. SF-33 2. Taxpayer Identification 52.204-3 & DUNS Number 3. Annual Representations & Certifications 52.204-8 4. Proposal, addressing each Factor and Evaluation Criteria 5. Cost/Price Proposal 6. Minimum of three(3) references of similar work in the last three (3) years. Include address and phone numbers. Fill out Past Performance Questionnaire for each reference. (ix) The clause at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. �The Government will award a contract resulting from this solicitation to�the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. �All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. �The following factors shall be used to evaluate offerers: 1) Technical Approach and Management Plan 2) Relevant Past Performance.�Technical and past performance, when combined are significantly more important than cost or price.� (x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Mar 2020), with its offer. �The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov (xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition. � (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (Mar 2020) � See attachment for full text. (xiii) Any additional contract requirement(s) or terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices (i.e. warranty requirements, HHSAR, etc..) are attached. (xiv) N/A (xv) Offerors are due on April 21, 2021 by 1:00 PM MST, and can be mailed, e-mailed (Paige.Kerstiens@ihs.gov), or faxed to: 605-964-7737. �Offeror must confirm the receipt of the proposal by IHS. Questions in reference to this solicitation shall be submitted to the email address listed above. The last day to submit questions is April 16, 2021 at 1:00pm MST. �No questions will be answered after this date/time. �Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors through a solicitation amendment. (xvi) Point Of Contacts: �Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihg.gov, 605-964-0605 or Paige Kerstiens, Purchasing Agent, Paige.Kerstiens@ihs.gov, 605-964-1565, (xvii) Contractor will need a DUNS number, TIN number, and be active & registered in SAM at www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4dbc8460604e4be19a17701e3c96fcff/view)
 
Place of Performance
Address: Eagle Butte, SD 57625, USA
Zip Code: 57625
Country: USA
 
Record
SN05964788-F 20210409/210407230112 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.