Oklahoma Bids > Bid Detail

UNARMED SECURITY GUARD- CLINTON INDIAN HEALTH CENTER

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • R - Professional, Administrative and Management Support Services
Opps ID: NBD00159728956502338
Posted Date: Apr 19, 2023
Due Date: May 12, 2023
Solicitation No: 246-23-Q-0079
Source: https://sam.gov/opp/08fbbc1a83...
Follow
UNARMED SECURITY GUARD- CLINTON INDIAN HEALTH CENTER
Active
Contract Opportunity
Notice ID
246-23-Q-0079
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?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Apr 19, 2023 01:40 pm CDT
  • Original Date Offers Due: May 12, 2023 10:00 am CDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
  • Product Service Code: R430 - SUPPORT- PROFESSIONAL: PHYSICAL SECURITY AND BADGING
  • NAICS Code:
    • 561612 - Security Guards and Patrol Services
  • Place of Performance:
    Clinton , OK 73601
    USA
Description

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) # 246-23-Q-0079. Submit only emailed quotes for this RFQ. This solicitation is a 100% TOTAL BUY INDIAN SET-ASIDE. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02. The associated NAICS code is 561612 with a small business size of $22 million. Contractor shall provide a firm, fixed-price for Security services for Clinton Indian Health Center. Questions are due no later than April 26, 2023 at 10 am CST. The The offer shall be received by email to Ronay.English@ihs.gov no later than 10:00 a.m. CST, on May 12, 2023. TELEPHONE INQUIRIES SHALL NOT BE ACCEPTED AND TELEPHONE CALLS SHALL NOT BE RETURNED.









PLEASE SEE ATTACHED – SOW & SF 1449







EVALUATION:



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



(a) The Government will award a firm fixed price 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:





The Indian Health Service shall not consider your quote for award if you fail to provide a proposal containing:




  • Firm-Fixed Price Quote.

  • Technical Qualifications in accordance with the statement of work.

  • Shall include the contractors resumes.

  • Verifiable relevant, (2) past performances that include similar experience in Security Guard Services similar in the Statement of Work.





Proposals shall be evaluated on an acceptable/non-acceptable basis.





Evaluations should proceed as follows:




  1. Quotes shall be ranked by price, low to high

  2. Quotes shall then be evaluated for technical acceptability and past-performances beginning with the lowest priced quote.

  3. This process shall proceed until a technical acceptable quote is identified.









VENDOR REQUIREMENTS:





Must be active in SAM (UEI)





Lowest Price Technically Acceptable (Firm Fixed Price Quote, Technical Qualifications, 2 relevant past performances)





CLEET certified (Certification) Unarmed Security Guard





RESUME – Security Guards





This solicitation will result in a firm-fixed price purchased order pursuant to the terms and conditions below. Terms and conditions other than those stated will not be accepted. The above pricing is all inclusive.





Submit Quotes no later than: 05/12/23 10:00a.m. CDT to the Following Point of Contact: Mrs. Ronay English, Contract Specialist, via Email: ronay.english@ihs.gov.







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:





FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018); FAR 52.212-5 (MAR 2020), Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (to include the following clauses sited): FAR 52.203-6 Restrictions on Subcontractor Sales to the Government; 52.203-13, Contractor Code of Business Ethics and Conduct; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-8; FAR 52.219-13,; FAR 52.219-28,; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36, Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.223-18, Encouraging Contractor Policies to Ban text Messaging While Driving; FAR 52.225-1, Buy American Act--Supplies; FAR 52.225-13, Restriction on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management; FAR 52.222-41,FAR 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment. The above Provisions and Clauses may be obtained via internet at http://farsite.hill.af.mil. 352.232-71, Electronic Submission of Payment Requests, Electronic Submission of Payment Requests (Feb 2022)





HHSAR 352.224-70 PRIVACY ACT (DECEMBER 18, 2015)



This contract requires the Contractor to perform one or more of the following: (a) Design; (b) develop; or (c) operate a Federal agency system of records to accomplish an agency function in accordance with the Privacy Act of 1974 (Act) (5 U.S.C. 552a(m)(1)) and applicable agency regulations. The term “system of records” means a group of any records under the control of any agency from which information is retrieved by the name of the individual or by some identifying number, symbol, or other identifying particular assigned to the individual. Violations of the Act by the Contractor and/or its employees may result in the imposition of criminal penalties (5 U.S.C. 552a(i)). The Contractor shall ensure that each of its employees knows the prescribed rules of conduct and that each employee is aware that he/she is subject to criminal penalties for violation of the Act to the same extent as Department of Health and Human Services employees. These provisions also apply to all subcontracts the Contractor awards under this contract which require the design, development or operation of the designated system(s) of records [5 U.S.C. 552a(m)(1)]. The contract work statement: (a) identifies the system(s) of records and the design, development, or operation work the Contractor is to perform; and (b) specifies the disposition to be made of such records upon completion of contract performance.



HHSAR 352.237-70 PRO-CHILDREN ACT OF 1994 (DECEMBER 18, 2015)



(a) Public Law 103–227, Title X, Part C, also known as the Pro-Children Act of 1994 (Act), 20 U.S.C. 7183, imposes restrictions on smoking in facilities where certain Federally funded children's services are provided. The Act prohibits smoking within any indoor facility (or portion thereof), whether owned, leased, or contracted for, that is used for the routine or regular provision of (i) kindergarten, elementary, or secondary education or library services or (ii) health or day care services that are provided to children under the age of 18. The statutory prohibition also applies to indoor facilities that are constructed, operated, or maintained with Federal funds.



(b) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all subcontracts awarded under this contract for the specified children's services. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understand, and comply with the provisions of the Act. Failure to comply with the Act may result in the imposition of a civil monetary penalty in an amount not to exceed $1,000 for each violation and/or the imposition of an administrative compliance order on the responsible entity. Each day a violation continues constitutes a separate violation.



HHSAR 352.237-71 Crime Control Act of 1990—Reporting of Child Abuse (December 18, 2015)



(a) Public Law 101–647, also known as the Crime Control Act of 1990 (Act), imposes responsibilities on certain individuals who, while engaged in a professional capacity or activity, as defined in the Act, on Federal land or in a Federally-operated (or contracted) facility, learn of facts that give the individual reason to suspect that a child has suffered an incident of child abuse.



(b) The Act designates “covered professionals” as those persons engaged in professions and activities in eight different categories including, but not limited to, physicians, dentists, medical residents or interns, hospital personnel and administrators, nurses, health care practitioners, chiropractors, osteopaths, pharmacists, optometrists, podiatrists, emergency medical technicians, ambulance drivers, alcohol or drug treatment personnel, psychologists, psychiatrists, mental health professionals, child care workers and administrators, and commercial film and photo processors. The Act defines the term “child abuse” as the physical or mental injury, sexual abuse or exploitation, or negligent treatment of a child.



(c) Accordingly, any person engaged in a covered profession or activity under an HHS contract or subcontract, regardless of the purpose of the contract or subcontract, shall immediately report a suspected child abuse incident in accordance with the provisions of the Act. If a child is suspected of being harmed, the appropriate State Child Abuse Hotline, local child protective services (CPS), or law enforcement agency shall be contacted. For more information about where and how to file a report, the Childhelp USA, National Child Abuse Hotline (1–800–4–A–CHILD) shall be called. Any covered professional failing to make a timely report of such incident shall be guilty of a Class B misdemeanor.



(d) By acceptance of this contract or order, the Contractor agrees to comply with the requirements of the Act. The Act also applies to all applicable subcontracts awarded under this contract. Accordingly, the Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understand, and comply with the provisions of the Act.





HHSAR 352.242-71 TOBACCO-FREE FACILITIES (JANUARY 2006)



In accordance with Department of Health and Human Services (HHS) policy, the Contractor and its staff are prohibited from using tobacco products of any kind (e.g., cigarettes, cigars, pipes, and smokeless tobacco) while on any HHS property, including use in personal or company vehicles operated by Contractor employees while on an HHS property. This policy also applies to all subcontracts awarded under the contract or order. The term “HHS properties” includes all properties owned, controlled and/or leased by HHS when totally occupied by HHS, including all indoor and outdoor areas of such properties. Where HHS only partially occupies such properties, it includes all HHS-occupied interior space. Where HHS leases space in a multi-occupant building or complex, the tobacco-free HHS policy will apply to the maximum area permitted by both law and current lease agreements. The Contractor shall ensure that each of its employees, and any subcontractor staff, is made aware of, understand, and comply with this policy.



FAR 52.223-99 - ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL CONTRACTORS (OCT 2021) DEVIATION)





a) Definition. As used in this clause -



United States or its outlying areas means—



(1) The fifty States;



(2) The District of Columbia;



(3) The commonwealths of Puerto Rico and the Northern Mariana Islands;



(4) The territories of American Samoa, Guam, and the United States Virgin Islands; and



(5) The minor outlying islands of Baker Island, Howland Island, Jarvis Island, Johnston Atoll, Kingman Reef, Midway Islands, Navassa Island, Palmyra Atoll, and Wake Atoll.



(b) Authority. This clause implements Executive Order 14042, Ensuring Adequate COVID Safety Protocols for Federal Contractors, dated September 9, 2021 (published in the Federal Register on September 14, 2021, 86 FR 50985).



(c) Compliance. The Contractor shall comply with all guidance, including guidance conveyed through Frequently Asked Questions, as amended during the performance of this contract, for contractor or subcontractor workplace locations published by the Safer Federal Workforce Task Force (Task Force Guidance) at https:/www.saferfederalworkforce.gov/contractors/.



(d) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (d), in subcontracts at any tier that exceed the simplified acquisition threshold, as defined in Federal Acquisition Regulation 2.101 on the date of subcontract award, and are for services, including construction, performed in whole or in part within the United States or its outlying areas.



(End of clause)





Miscellaneous:



NO FAX QUOTATIONS



ELECTRONIC SUBMISSIONS – SUBMISSION VIA EMAIL IS THE ONLY ACCEPTABLE ELECTRONIC SUBMISSION. (Ronay.english@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, DUNS number, UEI, Tax Identification Number, Prompt Payment Terms, total price for each line item, total quote price, and technical documentation in sufficient detail to determine technical acceptability. Failure to provide sufficient technical detail may result in rejection of your quote.





CONTRACT AWARD SHALL BE MADE TO THE RESPONSIBLE, RESPONSIVE OFFEROR OFFERING THE LOWEST REASONABLE PRICE AND MEETING ALL TECHNICAL SPECIFICATIONS.



The technical evaluation shall be a determination based on information furnished by the vendor in the submitted proposals. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions.




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


History
  • Apr 19, 2023 01:40 pm CDTCombined 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 >