The RFP Database
New business relationships start here

Youth Wellness Camp


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

Synopsis/Solicitation

The Navajo Area Indian Health Services, Gallup Indian Medical Center (GIMC), Purchasing Department has a requirement for Consultant Services for the Health Promotion Department, 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 IHS1328688. 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 incorporated provisions are those in effect through the Federal Acquisition Circular (FAC) 2005-94, effective January 19, 2017.


This requirement is a 100% Buy Indian Set-Aside, 25 U.S.C. 47. The North American Industry Classification System (NAICS) Code for this acquisition is 611620 - Sports and Recreation Instruction with a business size standard of $7.5 Million.


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


Fee Schedule: Contractor shall indicate below the Total Cost to perform stated services, in accordance to the Performance Work Statement. 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.


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 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 Performance Work Statement.


2. Key Personnel
The Government will evaluate each offeror on the Key Personnel's experience, licensure and certification to provide services. Certification includes the following:
   • SPARK Curriculum
   • Physical Activity Kit (PAK)
   • Diabetes Education for Tribal Schools (DETS) Curriculum


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.



Place of Performance: The Summer Youth Wellness Camps will be provided within Gallup Service Unit.


Period of Performance: The contract will be from July 5, 2017 through August 31,2017.


Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer.


Clauses included in this combined solicitation/synopsis are not all inclusive. Clauses included on any ensuing award may include all or some of the below clauses. Contractor's should assume that all of the below clauses are applicable to this acquisition. Additional clauses may also be added at the discretion of the contracting officer upon award.


The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices:


FAR NUMBER TITLE DATE
52.204-6 Unique Entity Identifier. OCT 2016
52.204-7 System for Award Management. OCT 2016
52.204-9 Personal Identity Verification of JAN 2011
Contractor Personnel.
52.223-6 Drug-Free Workplace. MAY 2001
52.224-1 Privacy Act Notification. APR 1984
52.224-2 Privacy Act. APR 1984
52.232-18 Availability of Funds. APR 1984
52.232-33 Payment by Electronic Funds JUL 2013
Transfer-System for Award Management.
52.237-3 Continuity of Services JAN 1991
52.245-1 Government Property JAN 2017

HHSAR NO. TITLE DATE
352.222-70 Contractor Cooperation in Equal DEC 2015 Employment Opportunity Investigations.
352.223-70 Safety and Health. DEC 2015
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-Reporting of DEC 2015
Child Abuse.
352.237-72 Crime Control Act-Requirement for DEC 2015
Background Checks.


Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov and https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/part-352-solicitation-provisions-contract-clauses/index.html


Offerors intending to conduct business with the Federal Government must be registered with the System for Award Management (SAM). SAM replaced the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors


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


All required documents shall be sent to Michelle James via email at michelle.james@ihs.gov. In the subject line please reference the RFQ #.
Attachments: 
 1)PWS - Summer Youth Wellness Camp
 2)Offeror Representations and Certifications-Commercial Items


All responsible offerors shall submit the following NO LATER THAN 11:00 AM MDT, JUNE 26, 2017. Fax submissions are not authorized.


1. One (1) copy of SF-1449 with original signature and date. Offeror must fully complete blocks 12, 17a, 30a, 30b and 30c.
2. Proposal/Quote - Fee Schedule
3. Experience, Qualifications, Past Performance: (Individual/Company)
   a. Company profile and background information.
   b. Resume
   c. Degrees, Certifications & Licensures
   d. References
4. Completed 52.212-3 Offeror Representation & Certifications - Commercial Items (Attached)


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


Michelle A. James, Phone 505-722-1553, Fax 505-722-1543, Email michelle.james@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP