b. The Indian Health Service/Cheyenne River Health Center intends to award a Firm Fixed-Price, Non-Personal Service, Indefinite Delivery / Indefinite Quantity to provide Pharmacy Services for the Pharmacy Department at the Cheyenne River Health Center located in Eagle Butte, South Dakota. All orders may be submitted via email to [email protected]
This solicitation is being issued under solicitation number CRHC-24-009.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-06 Dated 12/04/2023.This is a 100% Small Business Set-Aside and the associated NAICS code is 621399 Offices of all other Miscellaneous Health Practitioners, with a Small business Size Standard of $10. Million, Product Service Code is Q517 Medical- Pharmacology
Services purchased through this contract will be Pharmacology Services for patient care. A list of line items, quantities/units of measure at attached. The “Unit Price” is an all-inclusive cost. All “inclusive cost” is defined to include, but not limited to travel, lodging, per diem, benefits, fuel, freight etc., plus all other costs pertinent to the performance of this contract. The period of performance will be a base year, plus the option to exercise, Four-one(1) year option terms.
See Attached Pricing/Cost Schedule.
Description of Services: Include, continuous Pharmacology Services, required by the attached Performance Work Statement, for the Cheyenne River Health Center, Eagle Butte, South Dakota.
The period of performance will include one base year, plus the option to exercise four-1 year option years. Delivery and acceptance terms for this order are with the PWS. POP: Base Year: 01/29/2024 – 01/28/2025, OY1: 01/29/2025 – 01/28/2026, OY2: 01/29/2026 – 01/28/2027, OY3: 01/29/2027 – 01/28/2028, and OY4: 1/29/2028 – 01/28/2029
Quotes shall also include the following to be considered acceptable.
Basis of award is Lowest Price, Technically Acceptable “LPTA” bid package. All of the above is required in order to be technically acceptable.
The clause at 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021) applies to this acquisition. See attachment for Full Text
Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Products and Commercial Services (Nov 2023), with its offer. The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov
The clause at 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. See attachment for Full Text.
The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders – Commercial Products and Commercial Services (Dec 2023) – See attachment for Full Text.
Offerors are due on January 18, 2024 by 1:00 PM MST, and can be e-mailed to Email: [email protected]
Questions in reference to this solicitation shall be submitted to the email address listed above. The last day to submit questions is December 29, 2023 at 1:00pm MST. No questions will be answered after this date/time. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors through a solicitation amendment.
Points Of Contacts: Danielle Chasing Hawk, Supervisory Contract Specialist, [email protected], 605/964-0605 or Stephanie Red Elk, COR, [email protected], 605/964-0507,
Contractor will need a UEI number, TIN number, and be active & registered in SAM at www.sam.gov.