The RFP Database
New business relationships start here

Dine' Suicide Prevention Workshops


Arizona, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

The Navajo Area Indian Health Service, Gallup Indian Medical Center (GIMC), Purchasing Department has a requirement for Consultant Services for the Domestic Violence Prevention Initiative, Gallup Indian Medical Center, Gallup, New Mexico.

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 and a written solicitation will not be issued.

The solicitation number for this acquisition is 020-GAL-18-0114. The solicitation is issued as a request for quotation (RFQ) using FAR part 12 Commercial Items and FAR part 13 Simplified Acquisition Procedures.

This solicitation document and its incorporate provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-97, effective January 24, 2018.

This solicitation is a total Indian Small Business Economic Enterprise (ISBEE) set aside, 25 U.S.C. 47. Non-ISBEE officers will not be considered for award.

The North American Industry Classification System (NAICS) Code for this acquisition is 611710 - Educational Support Services with a business size standard of $15.0 Million.

All services are to be performed in accordance with the attached Statement of Work.

Fee Schedule: Contractor shall indicate the Total Cost to perform stated services, in accordance to the Statement of Work. The total cost shall be all-inclusive to provide for all labor, fringe benefits, material, supplies, transportation, per diem, supervision and all other necessary items to provide services. This includes all applicable, Federal, State and Local Taxes.

Place of Performance: The Dine' Suicide Prevention Workshops will be provided within Gallup Service Unit.

Period of Performance: The contract will be from date of award through August 31, 2018.

The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition.

The provision at 52.212-2, Evaluation-Commercial Items, applies to this RFQ, and the Government will award a contract resulting from this RFQ to the responsive and responsible offeror whose quote conforms to the RFQ and is most advantageous to the Government. In addition to price, the following non-price factors will be considered:

1. Past Performance
Evaluation will be based on the extent to which the Offeror has demonstrated; through recent past performance under contracts of similar nature, its ability to successfully meet the requirements. The evaluation will consider the Offeror's company's history of relevant experience, reasonable and cooperative behavior, adherence to contract schedule, and commitment to providing quality services similar to that described in the Statement of Work.

2. Key Personnel
The Contractor shall have a minimum of 24 months of experience in providing services of Traditional Dine' Suicide Prevention Workshops similar in nature. The Contractor shall have the experience in speaking, presenting, etc. in the Navajo Language in the subject matter (suicide prevention and methamphetamine prevention) supported with a resume and/or certification.

3. Logistics
In evaluating the offeror's capability, the Government will consider the offeror's experience with providing healthcare services to Native American community (Navajo, Zuni, Hopi, etc.). The Government will also evaluate the proximity to provide services to the community.

Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3 Offeror Representations and Certifications-Commercial Item. Responsible sources must be registered and active in the System for Award Management (SAM) database, website accessed through http://www.acquisition.gov.

The provision at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.

The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Applicable FAR provisions and clauses that apply to this acquisition:
52.203-5 Covenant against Contingent Fees (MAY 2014), 52.203-6 Restrictions on Subcontractor Sales to the Government. (SEP 2006), 52.203-7 Anti-Kickback Procedures (MAY 2014), 52.203-17 Contractor Employee Whistleblower Rights and Requirement to Inform Employees of Whistleblower Rights (APR 2014), 52.204-7 System for Award Management (OCT 2016); 52.204-9, Personal Identity Verification of Contractor Personnel (JAN 2011); 52.211-5 Material Requirements (AUG 2000), 52.217-9 Option to Extend the Term of the Contract (Mar 2000), 52.219-14 Limitations on Subcontracting. (NOV 2011), 52.222-3 Convict Labor (JUN 2003), 52.222-21 Prohibition of Segregated Facilities (APR 2015), 52.222-26 Equal Opportunity (SEPT 2016), 52.224-1 Privacy Act Notification (Apr 1984), 52.224-2 Privacy Act (Apr 1984), 52.229-3 Federal, State, and Local Taxes (Feb 2013), 52.232-18, Availability of Funds (APR 1984), 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013), 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Aug 1984), 52.249-1 Termination for Convenience of the Government (Fixed-Price) (Short Form) (Apr 1984);

Department of Health and Human Services Applicable Clauses:
352.202-1 Definitions. (JAN 2006), 352.224-70 Privacy Act (DEC 2015), 352.226-1 Indian Preference (DEC 2015), 352.226-2 Indian Preference Program (DEC 2015), 352.237-70 Pro-Children Act. (Dec 2015), 352.237-71 Crime Control Act of 1990-Reporting of Child Abuse (Dec 2015)

The following additional contract requirement(s) or terms and conditions as determined by the Contracting Officer are necessary for this acquisition and consistent with customary commercial practices.

In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the System for Award Management will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency.

The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this requirement.

All responsible offerors shall submit the following documents NO LATER THAN 3:00 P.M. MDT, March 19, 2018. To be considered for award, please submit the following documents:

- Company Contact information
- Fee Schedule
- Contractor's response to evaluation factors

Please email your responses to: michelle.james@ihs.gov. Fax submissions are not authorized.

Any questions, please contact Michelle James at michelle.james@ihs.gov.


Michelle A. James, Contract Specialist, Phone 928-871-5841, Fax 928-871-1477, Email michelle.james@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP