UPDATED PROVISIONS, CLAUSES, TERMS AND INSTRUCTIONS- CHANGES ARE HIGHLIGHTED IN BLUE REGARDING VOLUME OF CANDIDATES TO SUBMIT AND ACKNOWLEDGEMENT OF AMENDMENTS.
REVISED STATEMENT OF WORK TO REMOVE THE "PALS" CERTIFICATION IN DOCUMENTATION TO BE SUBMITTED.
REVISED STATEMENT OF WORK DUE TO SUBMITTED QUESTIONS INDICATING IMPROPER DATA LISTED FOR RN QUALIFICATIONS. THE STATEMENT OF WORK HAS BEEN UPDATED AND ATTACHMENT I -PROVISIONS, CLAUSES, TERMS AND INSTRUCTIONS.
This is a COMBINED SOLICITATION/SYNOPSIS for commercial items/service prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award a Firm Fixed Price (FFP) contract, utilizing procedures under FAR Part 12. The proposed contract action is to provide non-personal professional REGISTERED NURSING SERVICES AT PARKER IHS INDIAN HOSPITAL AND MOAPA IHS HEALTH CLINIC FOR THE COLORADO RIVER SERVICE UNIT LOCATED IN PARKER, ARIZONA in accordance with the Statement of Work (SOW). This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. The Request for Proposal (RFP) number RFP-24-PHX-08 is set-aside for Native American firms IAW Buy Indian Act of 1910 (22 MAY 2024). This solicitation documents and incorporates provisions and clauses in effect through FAC 2024-05 effective 22 May 2024. It is the contractor's responsibility to be familiar with the applicable clauses and provisions.
The North American Industry Classification System (NAICS) Code for this acquisition is 621399 for Office of All Other Miscellaneous Health Practitioners with size standard of $10M; Product Service Code (PSC) is Q401- Medical - Nursing.
Period of Performance – Estimated base period of 23 September 2024 thru 22 September 2025 with four (4) option years
Place of Performance:
Colorado River Service Unit
12033 Agency Road
Parker, Arizona 85344
The Government will award a firm, fixed price contract resulting from this Solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, price and other factors considered. The Government will only consider firm fixed-price proposals.
Offeror to be considered responsible shall have an updated data and information in System for Award Management (SAM), FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2024). The provision can be submitted at https://www.sam.gov. Contractor must be registered to the System for Award Management (SAM) prior to award. Questions will be taken until 30 August 2024 at 3PM (ET). Electronic submission of Quotes: Proposals shall be submitted electronically via email to Michele.Lodge@ihs.gov. no later than 13 September 2024 at 3 PM (ET). The schedule, amendments, technical proposal and past performance data should also be attached. See Attachment I9 for Provisions, Clauses, Terms and Instructions to Offerors.