Oklahoma Bids > Bid Detail

WEWOKA IHS DIABETIC FOOTCARE PROGRAM

Agency:
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159571486892448
Posted Date: Feb 21, 2024
Due Date: Mar 1, 2024
Source: https://sam.gov/opp/6b98b56af4...
Follow
WEWOKA IHS DIABETIC FOOTCARE PROGRAM
Active
Contract Opportunity
Notice ID
246-24-Q-0041
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
INDIAN HEALTH SERVICE
Office
OK CITY AREA INDIAN HEALTH SVC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-06:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Feb 21, 2024 11:53 am CST
  • Original Date Offers Due: Mar 01, 2024 02:00 pm CST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 16, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6515 - MEDICAL AND SURGICAL INSTRUMENTS, EQUIPMENT, AND SUPPLIES
  • NAICS Code:
    • 316210 - Footwear Manufacturing
  • Place of Performance:
    OK 74884
    USA
Description

Combined Synopsis/Solicitation RFQ # 246-24-Q-0041

Page 1 of 7

This is a combined synopsis/solicitation for commercial items prepared in accordance with

the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with

additional information included in this notice. This announcement constitutes the only

solicitation; quotes are being requested in response to this notice and a written solicitation

will NOT be issued. This solicitation is being issued as a Request for Quote (RFQ) # 246-

24-Q-0041. Submit only written quotes for this RFQ. This solicitation is a 100% Small

Business Set Aside. This solicitation document and incorporated provisions and clauses

are those in effect through Federal Acquisition Circular 2024-02. The associated NAICS

code is 316210.

This RFQ contains five (5) Line Items:

CLIN DESCRIPTION ITEMS

Base 04/01/2024 – 03/31/2025 SEE ATTACHMENT

Option Year 1 04/01/2025 – 03/31/2026 SEE ATTACHMENT

Option Year 2 04/01/2026 – 03/31/2027 SEE ATTACHMENT

Option Year 3 04/01/2027 – 03/31/2028 SEE ATTACHMENT

Option Year 4 04/01/2028 – 03/31/2029 SEE ATTACHMENT

PERIOD OF PERFORMANCE: 04/01/2024 – 03/31/2029

The estimated value of the BPA is $1,735,600.00 over 5 years

Vendor Requirements: SEE ATTACHED SPECIFICATIONS

Submit Quotes no later than: 03/01/2024 02:00p.m. CDT to the Following Point of Contact:

Mary Ann Yocham, Contract Specialist, via Email: maryann.yocham@ihs.gov.

Evaluation: FAR 52.212-2 Evaluation -- Commercial Items (completed as follows):

(a) The Government will award a firm fixed price BPA resulting from this solicitation to the

responsible offeror whose offer conforming to the solicitation will be most advantageous to the

Government, with price and other factors considered equally. The following factors shall be used

to evaluate offers:

Best Value (see criteria below)

Pricing

- The following items will be evaluated. pricing will be evaluated by adding all the

prices of evaluated items together for a cumulative price. Vendor shall offer

Medicare like rates.

- Option years will be included in the price evaluation. Evaluation of options shall not

obligate the Government to exercise the option(s)

- Items to be evaluated in pricing include:

Combined Synopsis/Solicitation RFQ # 246-24-Q-0041

Page 2 of 7

• A5500 - Extra Depth Diabetic Approved Footwear

• A5501 - Custom Molded Footwear

• A5512 - Heat Molded Inserts

• A5513 - Custom Fabricated Inserts

• L3000 - UCBL Custom Orthotics

• L3010 - Custom Functional Foot Orthosis w/out metatarsal pad

• L3020 - Custom Functional Foot Orthosis w/ metatarsal pad

• L5000 - Custom Fabricated Toe Fillers

• L3310 - Shoe Lift per inch

• L1940 - Ankle Foot Orthosis

• L2330 - Ankle Foot Orthosis

• L2820 - Ankle Foot Orthosis

• Compression Stockings 15-20 mmHg

• Compression Stockings 20-30 mmHg

• Safety and Exercise Shoe

Location

- Vendor shall have the ability to provide two weekly onsite visits on Mondays and

Wednesdays from 8:00 a.m. – 4:30 p.m.

Licensing

- Vendor shall be accredited by the Accredited Facilities Program of the Board for

Orthotist-Prosthetist Certification (BOC) and shall provide an American Board

Certified (ABC) Pedorthist on site when services are being provided.

Indemnity and Insurance

- Vendor shall have professional liability insurance coverage of at minimum

$1,000,000.00 per occurrence/$3,000,000.00 aggregate.

VENDORS SHALL SUBMIT THE FOLLOWING:

COMPLETED PRICE SCHEDULE (TO INCLUDE OUT YEARS)

COPY OF LICENSING/ACCREDITATION

LIABILITY INSURANCE VERIFICATION

VENDORS SUBMITTING OR EQUAL ITEMS MUST SUBMIT DESCRIPTITVE LITERATURE

SHOWING HOW THEIR PRODUCT MEETS OR EXCEEDS THE REQUIREMENTS BEING

SOLICITED

This solicitation will result in a firm fixed price BPA pursuant to the terms and conditions below.

Terms and conditions other than those stated will not be accepted. The above pricing is all

inclusive.

PROVISIONS: The following FAR provisions apply to this solicitation:

FAR 52.212-1, Instructions to Offeror- Commercial Items; FAR 52.212-3, Offeror Representations

and Certifications- Commercial Items (the offeror should include a completed copy of this

provision with their quote).

CLAUSES: The following FAR clauses apply to this solicitation:

Combined Synopsis/Solicitation RFQ # 246-24-Q-0041

Page 3 of 7

FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services

(Nov 2023); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or

Executive Orders-Commercial Products and Commercial Services (Dec 2023) (to include the

following clauses sited): FAR 52.203-6, Restrictions on Subcontractor Sales to the Government

(Jun 2020); FAR 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023); FAR 52.204-

10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020); FAR

52.204-14, Service Contract Reporting Requirements (Oct 2016); 52.204-27. Prohibition on a

ByteDance Covered Application (Jun 2023); FAR 52.209-6, Protecting the Government's Interest

When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov

2021); FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020); FAR 52.219-8,

Utilization of Small Business Concerns (Sep 2023); FAR 52.219-14, Limitations on Subcontracting

(Oct 2022); FAR 52.219-28, Post Award Small Business Program Representation (Sep 2023);

FAR 52.219-33, Nonmanufacturer Rule (Sep 2021); FAR 52.222-3, Convict Labor (Jun 2003);

FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Nov 2023); FAR 52.222-

21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sep 2016);

FAR 52.222-35, Equal Opportunity for Veterans (Jun 2020); FAR 52.222-36, Equal Opportunity

for Workers with Disabilities (Jun 2020); FAR 52.222-37, Employment Reports on Veterans (Jun

2020); FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act

(Dec 2010); FAR 52.222-50, Combating Trafficking in Persons (Nov 2021); FAR 52.222-54,

Employment Eligibility Verifications (May 2022); FAR 52.223-18, Encouraging Contractor Policies

to Ban text Messaging While Driving (Jun 2020); FAR 52.224-3, Privacy Training (Jan 2017); FAR

52.225-1, Buy American Act-Supplies (Oct 2022); FAR 52.225-13, Restriction on Certain Foreign

Purchases (Feb 2021); FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award

Management (Oct 2018); FAR 52.232-36, Payments by Third Party (May 2014); FAR 52.222-41,

Service Contract Labor Standards (Aug 2018); FAR 52.222-42, Statement of Equivalent Rates for

Federal Hires (May 2014); FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor

Standards-Price Adjustment (Multiple Year and Option Contracts) (Aug 2018); FAR 52.222-55,

Minimum Wages Under Executive Order 13658 (Jan 2022); FAR 52.222-62, Paid Sick Leave

Under Executive Order 13706 (Jan 2022); FAR 52.217-8, Option to Extend Services (Nov 1999);

FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000); HHSAR 352.203-70, Anti-

Lobbying (Dec 2015); HHSAR 352.208-70, Printing and Duplication (Dec 2015); HHSAR

352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015);

HHSAR 352.224-71, Confidential Information; HHSAR 352.232-71, Electronic Submission of

Payment Requests; HHSAR 352.237-70, Pro-Children Act (Dec 2015); HHSAR 352.237-71, Crim

Control Act-Reporting of Child Abuse (Dec 2015); HHSAR 352.237-72, Crim Control Act-

Requirement for Background Checks (Dec 2015); HHSAR 352.237-73, Indian Child Protection

and Family Violence Act (Dec 2015); HHSAR 352.239-74, Electronic and Information Technology

Accessibility (Dec 2015); . The above Provisions and Clauses may be obtained via internet at

https://www.acquisition.gov/

Miscellaneous:

NO FAX QUOTATIONS

ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE

ELECTRONIC SUBMISSION. (maryann.yocham@ihs.gov)

All contractors must be registered in the System for Award Management database located

at https://www.sam.gov/sam/ prior to any contract award. Please submit the following

information with each quote: Vendor Name, Cage Code, UEI, Tax Identification Number,

Prompt Payment Terms, Delivery Time, GSA Contract Number (if applicable), Date quote

expires, warranty, total price for each line item, total quote price, and technical

Combined Synopsis/Solicitation RFQ # 246-24-Q-0041

Page 4 of 7

documentation in sufficient detail to determine technical acceptability. Failure to provide

sufficient technical detail may result in rejection of your quote.

Combined Synopsis/Solicitation RFQ # 246-24-Q-0041

Page 5 of 7

Diabetic Foot Supplies and Services Pricing Schedule

Wewoka IHS

BASE YEAR

CODE DESCRIPTION QUANTITY PRICE UNIT

A5500 Extra Depth Diabetic Approved Footwear 450 EA

A5501 Custom Molded Footwear 10 EA

A5512 Heat Molded Inserts 533 EA

A5513 Custom Fabricated Inserts 100 EA

L3000 UCBL Custom Orthotics 10 EA

L3010 Custom Functional Foot Orthosis w/out

metatarsal pad

5 EA

L3020 Custom Functional Foot Orthosis w/

metatarsal pad

10 EA

L5000 Custom Fabricated Toe Fillers 30 EA

L3310 Shoe Lift per inch 100 EA

Compression Stockings 15-20 mmHg 25 PAIR

Compression Stockings 20-30 mmHg 10 PAIR

L1940 Ankle Foot Orthosis 10 EA

L2330 Ankle Foot Orthosis 10 EA

L2820 Ankle Foot Orthosis 10 EA

Safety and Exercise Shoe 200 PAIR

OPTION YEAR 1

CODE DESCRIPTION QUANTITY PRICE UNIT

A5500 Extra Depth Diabetic Approved Footwear 450 EA

A5501 Custom Molded Footwear 10 EA

A5512 Heat Molded Inserts 533 EA

A5513 Custom Fabricated Inserts 100 EA

L3000 UCBL Custom Orthotics 10 EA

L3010 Custom Functional Foot Orthosis w/out

metatarsal pad

5 EA

L3020 Custom Functional Foot Orthosis w/

metatarsal pad

10 EA

L5000 Custom Fabricated Toe Fillers 30 EA

L3310 Shoe Lift per inch 100 EA

Compression Stockings 15-20 mmHg 25 PAIR

Compression Stockings 20-30 mmHg 10 PAIR

L1940 Ankle Foot Orthosis 10 EA

L2330 Ankle Foot Orthosis 10 EA

L2820 Ankle Foot Orthosis 10 EA

Safety and Exercise Shoe 200 PAIR

Combined Synopsis/Solicitation RFQ # 246-24-Q-0041

Page 6 of 7

OPTION YEAR 2

CODE DESCRIPTION QUANTITY PRICE UNIT

A5500 Extra Depth Diabetic Approved Footwear 450 EA

A5501 Custom Molded Footwear 10 EA

A5512 Heat Molded Inserts 533 EA

A5513 Custom Fabricated Inserts 100 EA

L3000 UCBL Custom Orthotics 10 EA

L3010 Custom Functional Foot Orthosis w/out

metatarsal pad

5 EA

L3020 Custom Functional Foot Orthosis w/

metatarsal pad

10 EA

L5000 Custom Fabricated Toe Fillers 30 EA

L3310 Shoe Lift per inch 100 EA

Compression Stockings 15-20 mmHg 25 PAIR

Compression Stockings 20-30 mmHg 10 PAIR

L1940 Ankle Foot Orthosis 10 EA

L2330 Ankle Foot Orthosis 10 EA

L2820 Ankle Foot Orthosis 10 EA

Safety and Exercise Shoe 200 PAIR

OPTION YEAR 3

CODE DESCRIPTION QUANTITY PRICE UNIT

A5500 Extra Depth Diabetic Approved Footwear 450 EA

A5501 Custom Molded Footwear 10 EA

A5512 Heat Molded Inserts 533 EA

A5513 Custom Fabricated Inserts 100 EA

L3000 UCBL Custom Orthotics 10 EA

L3010 Custom Functional Foot Orthosis w/out

metatarsal pad

5 EA

L3020 Custom Functional Foot Orthosis w/

metatarsal pad

10 EA

L5000 Custom Fabricated Toe Fillers 30 EA

L3310 Shoe Lift per inch 100 EA

Compression Stockings 15-20 mmHg 25 PAIR

Compression Stockings 20-30 mmHg 10 PAIR

L1940 Ankle Foot Orthosis 10 EA

L2330 Ankle Foot Orthosis 10 EA

L2820 Ankle Foot Orthosis 10 EA

Safety and Exercise Shoe 200 PAIR

Combined Synopsis/Solicitation RFQ # 246-24-Q-0041

Page 7 of 7

OPTION YEAR 4

CODE DESCRIPTION QUANTITY PRICE UNIT

A5500 Extra Depth Diabetic Approved Footwear 450 EA

A5501 Custom Molded Footwear 10 EA

A5512 Heat Molded Inserts 533 EA

A5513 Custom Fabricated Inserts 100 EA

L3000 UCBL Custom Orthotics 10 EA

L3010 Custom Functional Foot Orthosis w/out

metatarsal pad

5 EA

L3020 Custom Functional Foot Orthosis w/

metatarsal pad

10 EA

L5000 Custom Fabricated Toe Fillers 30 EA

L3310 Shoe Lift per inch 100 EA

Compression Stockings 15-20 mmHg 25 PAIR

Compression Stockings 20-30 mmHg 10 PAIR

L1940 Ankle Foot Orthosis 10 EA

L2330 Ankle Foot Orthosis 10 EA

L2820 Ankle Foot Orthosis 10 EA

Safety and Exercise Shoe 200 PAIR

Department of Health and Human Services

Indian Health Service

Wewoka Indian Health Center

36640 Hwy 270

Wewoka, OK 74884

1

Statement of Work (SOW)

Orthopedic/Diabetic Foot Care Program Shoes, Inserts, Braces and Compression Stockings

1. PURPOSE OF THE PROJECT

The Oklahoma City Area Office (OCA), Indian Health Services (IHS) has a requirement for the provision of

foot evaluations for patients with diabetes, prediabetes and other medically necessary conditions with

orthopedic/diabetic shoes (OTC or custom), inserts (custom or heat molded), braces, and compression

stockings. This program’s purpose is to protect the patients’ feet in an effort to prevent lower extremity

complications, at the Wewoka health clinic, Wewoka, Oklahoma

2. DETAILED DESCRIPTION OF THE TECHNICAL REQUIREMENTS

2.1Orthopedic shoes, inserts, braces and compression stockings

2.1.1. Provide foot evaluations and orthopedic/diabetic shoes and/or inserts, braces, and compression

stockings for patients referred by a provider for these services.

2.2. Provide an onsite evaluation and fitting for the Orthopedic Foot Care program participants to insure

proper fit and function.

2.3. Deliver the shoes to check with each participant for proper fit and function.

2.4. Services shall be fully coordinated and integrated with the direct patient care program with respect

to services provided and professional relationships.

2.5. Accountability requires that all services be under professional direction, therefore, the Contractor

shall be fully responsible for any subcontracts (if applicable), professionally, administratively, and

financially.

2.6. Provide a walking shoe for the walking program patients, this will include measuring, fitting, and

letting the patient try on the shoes for proper fitting when their shoes arrive.

2.1. Requirements for Orthopedic shoes, inserts and compression stockings

2.1.1. Foot evaluations (measuring of feet, testing for protective sensation, palpating pulses and

checking for range of motion, foot temperature, foot deformities and gait evaluation)

2.1.2. Extra Depth Diabetic Approved footwear A5500 or equal

2.1.3. Custom Molded Footwear A5501or equal

2.1.4. Heat Molded Inserts A5512 or equal

2.1.5. Custom Fabricated Inserts A5513 or equal

2.1.6. Custom Fabricated Toe Fillers L5000 or equal

2.1.7. Ankle Foot Orthosis (AFO) L1940, L2330, or L2820

2.1.8. Shoe Lift per inch L3310

2.1.9. Custom Functional Foot Orthosis L3020 (with metatarsal pad) and L3010 (without metatarsal

pad)

2.1.10. UCBL Custom Orthotics L3000

2.1.11. Onsite (in-person) fitting and dispensing of footwear, inserts, and braces checking for proper fit

and function

2.1.12. Adjustments and modifications of shoes and/or inserts, and braces if necessary

2.1.13. Compression stockings 15-20 mmHg knee high and thigh high may be dispensed for those

patients with edema, vascular history or other medical need after Pedorthic assessment.

2.1.14. 20-30 mmHg knee high and thigh high may be dispensed if ordered by provider.

2.1.15. After wearing the shoes at home or at the gym (without wearing outside), the contactor shall

replace if the shoe does not fit well or is causing pain within 15 days. The contactor shall

replace with a more appropriate fitting shoe.

3. PERIOD OF PERFORMANCE

The base year Period of Performance will be 12 months from date of award with four (4) twelve (12) month

option years.

4. LEVEL OF EFFORT

4.1. Professional Qualifications

4.1.1. Contractor shall be a Certified Pedorthist and have experience working with patients with foot

deformities, complicated disease processes, and complications of diabetes. Please provide All

current licenses for each employees onsite shall be provided to the COR.

4.2. Government Furnished Information, Property and Services

4.2.1. Written referrals for services shall be provided to the contractor by fax. Clinic space shall be

provided twice per week for fitting and delivery of shoes, inserts and compression stockings.

The Government shall contact all patients regarding the appointment times.

4.3. Contractor Furnished Information, Property and Service

4.3.1. The Contractor shall provide patient evaluations, measuring, fittings, shoes and/or inserts,

braces and adjustments or modifications as needed. Compression stockings shall be measured

for each individual patient and fitted according to prescription strength compression. The

patient shall be able to wear the shoes indoors and if they do not fit, return them for a different

size, width, or style.

4.4. Work Schedule

4.4.1. The contactor shall provide two weekly onsite visits to evaluate the patient’s feet, to check for

fitting and shoe delivery. Monday’s and Wednesday’s from 8:00 am to 4:30pm or until the last

scheduled patient has completed their visit. An option of an alternate offsite space can be used

to allow for more patient visits with having five days a week could be agreed with the

Contracting Officer Representative and the vendor. The alternate offsite space distance from

Wewoka Indian Health Center can’t be greater than 20 miles away.

4.5. Rates of Payment

4.5.1. Payments on Orthopedic/Diabetic shoes and inserts shall not exceed Medicare Rates for the

services provided. Payments on the compression stocking shall not exceed reasonable retail

cost for knee high and thigh high stockings.

4.6. Reporting Requirements

4.6.1. The contractor shall provide services for patients referred within 30 days of receipt of the

written referral.

4.6.2. The contractor shall provide special reports requested by the Contracting Officer and/or the

Contracting Officer Representative during the contract on technical or administrative aspects of

the contract performance. Request for such reports shall be provided in writing to the

Contractor stipulating information required, time frames for responses and instructions on

submission.

4.6.3. The contractor shall provide a Monthly Report of Services to the Contracting Officer

Representative, a narrative report with comparison of actual services provided according to

requirements established and the quantity of shoes, inserts, and compression stockings

provided as well as the number of problems encountered and circumstances, if any, adversely

affecting the delivery of services and recommendations.

4.7. Indemnity and Insurance

4.7.1. The Government assumes no responsibility for negligent acts of the Contractor; therefore, the

Contractor is responsible for obtaining that amount of professional liability insurance coverage

of at least $1,000,000 per occurrence/$3,000,000 aggregate. The Contractor shall keep

harmless and indemnify the Government against any or all loss, cost, damage, expense or

liability whatsoever as a result from the performance of the Contractor.

4.7.2. Contractor shall hold the Federal Government and its agents including Clinical Director and

the governing body immune from civil or professional liability for all acts related to quality

care management and enforcement of this contract.

4.8. Reference Materials/Other Factors

4.8.1. Contractor shall be required to possess familiarity and abide by the current policies, by-laws

and regulations of clinical and medical staff of the Wewoka Indian Health Center.

5. SPECIAL REQUIREMENTS

5.1. In accordance with HHSAR 304.1300(b) non-routine contractor employees shall comply with OPDIV

DHHS/SE Region – Human Resources, Security Clearance Guidance – Visitors (3/29/12) policy for

contract performance period. Contractor employees will be required to obtain a visitor’s pass upon arrival

for services from Facilities Management.-

5.2. The US PHS Wewoka Indian Health Center is a tobacco/smoke free environment (buildings and

grounds). No tobacco/smoking use will be tolerated during service.

5.3. Security Requirements: Contractor personnel will be required to contact the government designated

point of contact upon arrival when reporting for service calls or delivery supplies. The contractor shall be

responsible for the security of all organizational information. Current rules and regulations applicable to

the premises, where the work shall be performed shall apply to the contractor and its employees while

working on the premises. These regulations include but are not limited to, escort by Wewoka Indian

Health Center official, presenting valid identification, smoking restriction and any safety procedures.

5.4. The contractor shall not disclose or cause to disseminate any information concerning operations of

Wewoka Indian Health Center. Such action(s) could result in violation of the contract and possible legal

actions.

5.4.1. All inquiries, comments, or complaints arising from any matter observed, experienced or

learned of as a result of or in connection with the performance of the contract, the resolution of

which may require the dissemination of official information, shall be directed to the

government’s designated representative.

6. DELIVERABLES AND REPORTING REQUIREMENTS

6.1. Delivery: The contractor will coordinate the delivery, installation and training date with the designated

government employee. The government will provide the contractor with dock access and building access

for this sole purpose. The designated government employee will work with the pertinent government

agency(ies) to secure the needed dock access. No deliveries can be made after 4:15pm. Driver needs a

valid ID.

6.2. Contractor Point of Contact: The contractor shall furnish one designated point of contact (POC) to the

government’s designated representative for coordination of supplies, delivery, and/or maintenance. The

POC will be empowered to make daily decisions to ensure that the contract implementation and day-today

maintenance meets the terms and conditions of this contract.

6.3. Contractor’s Phone Numbers: The contractor shall provide a toll-free telephone number for service

calls, which must be answered during at least eight working hours, between 8:00 am and 4:30 pm,

Monday through Friday.

6.4. Personnel Qualifications:

N/A

7. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES

Department of Health and Human Services

Indian Health Service

Wewoka Indian Health Center

36640 Hwy 270

Wewoka, OK 74884

5

7.1. The Government shall supply water and electricity if needed

8. CONTRACTOR FURNISHED PROPERTY, FACILITIES AND SERVICES

8.1. Required personnel, materials, supplies and equipment: The contractor shall furnish all personnel,

materials, supplies and equipment required to perform work under the contract.

9. CHANGES TO THE STATEMENT OF WORK (SOW)

Any changes to this SOW shall be authorized and approved only through written correspondence from the

Contracting Officer. Costs incurred by the contractor through the actions of parties other than the Contracting

Officer shall be borne by the contractor.


Attachments/Links
Contact Information
Contracting Office Address
  • 701 MARKET DRIVE
  • OKLAHOMA CITY , OK 73114
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 21, 2024 11:53 am CSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >