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. The solicitation is issued as Request for Quote (RFQ) # HHSI2462022Q00155 for non-personal Infection Preventionist services (1 or 2 positions) for a period of performance of one year (potential option to extend) at the Claremore Indian Hospital. The solicitation document and incorporated provisions and clauses that are currently in effect through Federal Acquisition Circular.
This procurement is unrestricted under NAICS Code 621399 with a standard business size of $7.5 M.
The Indian Health Service intends to award a firm fixed price contract to one or more vendors The Government may make an award without discussion therefore, the quote should contain the best price/complete past performance and shall be determined to be the best overall value and most advantageous to the Government.
CLAUSES INCORPORATED BY FULL TEXT: Please note that due to character limitation in FedBizOpps, full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulations (HHSAR) can be accessed on the Internet at http://www.farsite.hill.af.mil.
The provisions of 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014), applies to this acquisition. In addition to the information required in FAR 52.212-1, Vendors shall provide the following:
(1) Infection Preventionist candidate resume,
(2) Two past performance references to include the contact name, email, phone number, and work affiliation with the candidate;
(3) Verification of indemnification,
(4) All-inclusive rates and
(5) Two vendor past performance references to include the contact name, phone number, dates of service, contract number and contract value.
The provisions of 52.212-2, Evaluation – Commercial Items (Oct 2014) applies to this acquisition. The Government intends to award this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) Price and (2) Past Performance (both candidate and vendor). All factors are equal in importance.
Proposals shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items (Mar 2015) or indicate certifications in ORCA at https://orca@bpn,gov.
The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Items (May 2015), applies to this acquisition. The FAR and HHSAR clauses that apply are listed in the solicitation.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders—Commercial Items (May 2015) applies to this acquisition.
Quotes are due by 5:00 pm CST, October 21, 2022, and shall be emailed to Judy Eaves at judy.eaves@ihs.gov. All responsible sources may submit a response which, if timely received and complete, will be considered by the agency.