The RFP Database
New business relationships start here

Information Technology (IT) Specialist AIHC


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

This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR 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 is 75H70720R00001 and is issued as a Request for Proposals (RFP), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01. The associated North American Industrial Classification System (NAICS) code for this procurement is 541513 with a small business size standard of $30.00. This requirement is a 100% Set-Aside for Small Business Concerns and only quotes from qualified offerors will be considered. FOB Destination shall be described herein.

The Albuquerque Area Indian Health Service (AAIHS), in Albuquerque, New Mexico, Bernalillo County, is seeking proposals from Small Business Indian Firms (SBIF) vendors to provide non-personal services as an Information Technology (IT) Specialist under a non-personal service contract, as described herein. AAIHS is seeking proposals from small businesses that have current staff readily available that would meet our immediate need for IT Specialist Services; this is NOT for a service requirement that involves executive searches, recruiting, testing or screening potential candidates to be hired at a later date.


This solicitation is set-aside for Small Business Indian Firms (SBIF) pursuant to the Buy Indian Act 25 U.S.C. 47. If IHS does not receive at least two offers that are reasonably priced offers from SBIF's, IHS will then evaluate quotes and consider award to other small business concerns under the following 5-tier cascading set-aside (in order of first consideration to last consideration):

• 1st Tier-Small Business Indian Firms
• 2nd Tier - Service Disabled Veteran Owned Small Businesses
• 3rd Tier - Certified Hub Zone Small Businesses
• 4th Tier - Small Disadvantage Businesses
• 5th Tier-All Other Small Business Concerns.


PERIOD OF PERFORMANCE. One year after date of award, with four (4) one-year options periods if modified in accordance with FAR 52.217-9, Option to Extend the Term of the Contract (OCT 2014) and upon written notification by the contracting officer within 30 days of contract expiration.


PLACE OF PERFORMANCE. Services are to be provided on site at the Albuquerque Indian Health Clinic (AIHC), located at 801 Vassar Drive NE, Albuquerque, New Mexico 87106-2725.


DESCRIPTION OF REQUIREMENT.
This position serves as an IT Specialist for Computers and Telecommunications for the Management Information Systems (MIS) at the Albuquerque Indian Health Clinic (AIHC). The incumbent provides technical and administrative duties associated with the management Computer Systems/Applications and Voice/Data Telecommunications. The IT Department at the AIHC supports the service unit medical applications that run on a main system, server, LAN voice telecommunications, area wide network and personal computers.


The Government will periodically evaluate the Contractor's performance. The Contracting Officer's Representative will evaluate the Contractor's performance through intermittent inspections of the Contractor's work.


The skill set for the HR support will be substantially similar to the skill set required of the civil service OPM 2210 series with competence at the GS-11 level for a IT Specialist. The AAIHS has ESTIMATED that the hour worked will be a total of 2080 hour per year, with no overtime allowed on this contract.


Offerors interested in submitting proposals for this requirement MUST submit the following: 1. Complete resume(s) of the contractor's employee(s) that clearly demonstrates the capability to provide IT Specialist services is required (if more than one employee would be able to provide services under the contract, please include all resumes). In order to fully evaluate each proposal, the resume(s) must include: (a) all paid and non-paid experience, job title, location(s), dates held (month/year), and hours worked per week for each position. Any experience that does not include all the information requested will not be counted towards meeting the solicitation requirements. (b) Specific duties performed that fully detail the level and complexity of the work. (c) Names and contact information (phone and email) of current and/or previous supervisor(s). (d) Education and any other qualifications including job-related training courses, job-related skills, or job-related honors, awards or accomplishments. (e) U.S. Citizenship status. 2. A written proposal that specifically details how they will provide services (Technical Qualifications) under this requirement. The technical qualifications must clearly demonstrate and detail the contractor's employee's proficiency in Information Technology support. 3. Past Performance information that details the length (minimum of 5 years) of any previous contracts similar to the size and scope of the AAIHS requirement. 4. Pricing proposed shall be an all-inclusive rate that includes all state, federal, and local taxes (ex. NM Gross Receipts" taxes) and any miscellaneous costs associated with the above services. Pricing proposals should be itemized to detail an hourly rate and based on an estimated 40-hour work week, and for a yearly duration of 250 business days (that excludes weekends and federal holidays). A summary should be provided for one base year and an additional four (4) one -year option periods assuming the same durations of 250 business days per year (i.e., five (5) years in total). It is the sole responsibility of the contractor to collect and pay for any New Mexico State Gross Receipt Taxes for work performed in the State of New Mexico, regardless of the physical location the work was performed. Pricing in proposals MUST be good for 30 calendar days after close of solicitation. Failure to provide any required items will result in the offer being determined as non-responsive.


Resumes should contain clear information to make a valid determination that the experience requirements are fully met as stated in this solicitation. All required information should be clearly identified in the resume and failure to provide any required information to make a determination on qualifications will result in loss of full consideration. Offerors can expect to receive a confirmation email when offer materials have been received. Offerors should retain for their records copies of all enclosures which accompany their offers. Any questions on this solicitation may be directed to: Genevieve.monk@ihs.gov. *Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email. Questions not received within a reasonable time prior to close of the solicitation may not be considered.


BASIS FOR AWARD: FAR 52.212-2 Evaluation - Commercial Items (OCT 2014) (a) The Government will award one 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. The following factors shall be used to evaluate offers: (i) Technical Qualifications and (ii) Past Performance. Technical Qualification and past performance, when combined, are significantly more important than price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.


PAST PERFORMANCE EVALUATION. The Offeror will be evaluated to assess the demonstrated quality of performance on similar work, to include the ability to control the quality and cost of work, timeliness of performance, and effectiveness at accomplishing the goals of previous work.


TECHNICAL EVALUATION. Evaluating the Offeror's technical qualifications (capability) to fulfill the tasks in the SOW, as well as the contractor's employee's experience and education, will be the most important. However, the Offeror may propose a blend of seasoned staff to provide the AAIHS with the best blend and cost associated with the effort.


PRICE EVALUATION. The price proposals shall be evaluated to determine the Offeror's ability to carry out its proposed technical approach and indicate that the Offeror understands the nature and extent of the work to be performed. The price evaluation will not be point scored.


QUESTIONS
In accordance with FAR 15.201 Exchanges with Industry before receipt of proposals, please refer to solicitation 75H70720R00001 - IT Specialist -questions, when requesting information regarding the solicitation via e-mail to genevieve.monk@ihs.gov, facsimile: (505) 256-6848 or phone: (505) 256-6751.


PROPOSAL SUBMITTALS
Only via email: genevieve.monk@ihs.gov, with subject line: 75H70720R00001 - IT Specialist - Proposal



DATA UNIVERSAL NUMBERING SYSTEM (DUNS) NUMBERS AND THE SYSTEM FOR AWARD MANAGEMENT. By submitting a proposal, the vendor will be self-certifying that neither the Offeror nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. Failure to do so may represent grounds for refusing to accept the proposal. Through its submission, the vendor acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance and through final payment of any contract resulting from this solicitation. Registration information can be found at www.sam.gov.


The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/.


TAXES: Non-personal service contractors are required to pay Federal Income Taxes, FICA, and Medicare. FAR 52.229-3 Federal, State, and Local Taxes (Feb 2013) will be incorporated by reference.


This Contract incorporates some HHSAR provisions/clauses by reference, with the same force and affect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these addresses: http://www.hhs.gov/policies/hhsar/subpart352.html. HHSAR CLAUSES-
352.211-3 Paperwork Reduction Act (Dec 2015)
352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015)
352.227-70 Publications and Publicity (Dec 2015)
352.237-75 Key Personnel (Dec 2015)


For general information about DUNS Numbers and SAM, please refer to Federal Acquisition Regulation (FAR) Clause 52.204-6, Data Universal Numbering System (DUNS) Number and FAR 52.204-7, System for Award Management.
https:/acquisition.gov/far/current/html/52_200_206.html or www.sam.gov.


NOTE REGARDING GOVERNMENT OBLIGATIONS FOR THIS SOLICITATION. This solicitation in no way obligates the AAIHS to award a service contract, nor does it commit the AAIHS to pay any costs incurred in the preparation and submission of the offer.


Genevieve L. Monk, Contract Specialist, Phone 505-256-6751, Fax 505-256-6848, Email gmonk@abq.ihs.gov - Dawn A Sekayumptewa, Contracting Officer, Phone 505-248-4561, Fax 505-248-4641, Email dawn.sekayumptewa@ihs.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP