DOCUMENT
Q -- SEX OFFENDER EVALUATIONS - FAR 52.212-3
- Notice Date
- 11/24/2008
- Notice Type
- FAR 52.212-3
- NAICS
- 621330
— Offices of Mental Health Practitioners (except Physicians)
- Contracting Office
- Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
- ZIP Code
- 59107
- Solicitation Number
- RFQ-10-09-013-REL
- Archive Date
- 12/25/2008
- Point of Contact
- Rita E Langager,, Phone: 406.247.7293
- E-Mail Address
-
rita.langager@ihs.gov
- Small Business Set-Aside
- Total Small Business
- 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 procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR 37.4, Nonpersonal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C. 253). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ) 10-09-013-REL. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-27. The associated North American Industry Classification System code is 621330 and the small business size standard is $7.0 million. Potential offerors are asked to submit an all-inclusive offer for the base year and each option year. PRICE SCHEDULE - SEX OFFENDER EVALUATIONS: BASE YEAR: 13 @ $_____________ EA = $_______________; OPTION YEAR ONE: 13 @ $_____________ EA = $_______________; OPTION YEAR TWO: 13 @ $_____________ EA = $_______________; OPTION YEAR THREE: 13 @ $_____________ EA = $_______________; OPTION YEAR FOUR: 13 @ $_____________ EA = $_______________; GRAND TOTAL: $_______________. INTRODUCTION AND PURPOSE OF THE CONTRACT: The purpose of this contract is to acquire a contractor to perform sex offender evaluations for the Blackfeet Service Unit, PHS Indian Hospital, Browning, Montana; Crow Service Unit, PHS Indian Hospital, Crow Agency, Montana; Fort Belknap Service Unit, PHS Indian Health Center, Harlem, Montana; Fort Peck Service Unit, PHS Indian Health Centers, Poplar and Wolf Point, Montana; and Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. The procurement is a nonpersonal health care service contract, as defined in FAR 37.101, under which the Contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The Contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontracts for provisions of health care services contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. STATEMENT OF WORK: Provide comprehensive sex offender evaluations or a combination of comprehensive evaluations and reports (reports on young children not requiring a full evaluation), according to the Montana Sex Offender Treatment Association (MSOTA) standards, for adult and adolescent sex offenders including appropriate psychological testing and polygraph testing. Repeat polygraph evaluations will be billed as deemed appropriate by the contractor and if funds are available. Will vary but will be by referrals from a Mental Health provider at each of the five Montana Service Units or tribal social services within the Billings Area Indian Health Service. A report will be provided to the referral source within three weeks of the interview(s) and will include results of psychological testing, polygraph testing and recommendations regarding appropriateness for community based treatment versus closed institutional treatment. Referrals will be monitored by the Area Medical Health Consultant to ensure appropriateness of the referral and to monitor cost. Payment for evaluations will not be made until a report has been submitted by the contractor. Payment will be made according to the contractor's fee schedule. Payment will be made upon submission of the report and invoice. The invoice for payment will be processed through the Billings Area Office. The work may include some driving/travel which will be coordinated with the Area Mental Health Consultant. KNOWLEDGE REQUIRED BY THE POSITION: The contractor must be MSOTA certified and be a licensed clinical social worker or licensed psychologist. COMPLEXITY: Provides sex offender evaluations, the results to be incorporated in the diagnosis and treatment. Evaluates and treats individuals of all ages. Determines needs of the patient based on the results of the evaluation, provides treatment and/or counseling. SCOPE AND EFFECT: The contractor will provide outpatient sexual abuse treatment/services by conducting psychosexual evaluations on individuals referred by the service units or tribal social services. The services provided include: risk assessments without comprehensive psychosexual evaluation; comprehensive psychosexual evaluation with or without polygraph examination or Abel Assessment or Sexual Interest. PERSONAL CONTACTS: Contact will be with Service Unit Mental Health Program providers and/or Tribal social services staff, Area Mental Health Program staff and individuals referred for evaluation. Contacts with patients will be for the purpose of evaluation and treatment. Contacts with all others will be for the purpose of explaining results and their effects, coordinating treatment, and organizing and implementing treatment plans. The contractor must communicate readily with a wide range of professionals. PURPOSE OF CONTACTS: The contact with program staff and Area staff will be for the purpose of the referral; the sharing of pertinent information in order to perform the evaluation; to ensure the appropriateness of the referral; to monitor costs; review evaluation results; coordinate treatment; and, organize and implement treatment plan. The contacts with patients will be for the purpose of evaluation and treatment. PERIOD OF PERFORMANCE: 12 months with four 12-month options. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Area Mental Health Consultant at the Billings Area Office, P.O. Box 36600, Billings, Montana 59107. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. The Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, shall make payment. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items, and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION - COMMERCIAL ITEMS (JAN 1999): (a) The Government will award a 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 for award purposes: (1) Montana Sex Offender Treatment Association (MSOTA) Certification-20Points; (2) Clinical Social Worker or Psychologist License-20 POINTS; (3) Medical Liability Insurance-20 Points; (4) Resume/Curriculum Vitae-20 POINTS; (5) Past Performance Information-20 Points. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable. Technical and past performance, when combined, are approximately equal to cost or 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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 352.202-1, 352.215-1, 352.215-70, 352.223-70, 352.232-9, 352.270-2, 352.270-6, 352.270-7, and 352.270-11. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.225-13 and 52.232-33. 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 http://www.arnet.gov and http://www.hhs.gov/oamp/policies/hssar.doc. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the Department of Defense Central Contractor Registration (CCR) database prior to award. The CCR is the primary Government repository, which retains information on Government contractors. You may register via the Internet at http://www.ccr.gov or by calling (888) 227-2423 or (269) 961-5757. All responsible offerors may submit a proposal, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on December 10, 2008. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company's name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0d21823ef8e140529e9a65ab1ab62249&tab=core&_cview=1)
- Document(s)
- FAR 52.212-3
- File Name: FAR provision 52.212-3, Offeror Representations and Certification - Commercial Items (JUN 2008), that must be completed and submitted with the offer. (52212 3.JUN 2008.doc)
- Link: https://www.fbo.gov//utils/view?id=aab4912dbf3612aab33ee311bea8f3f5
- Bytes: 112.50 Kb
- Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
- File Name: FAR provision 52.212-3, Offeror Representations and Certification - Commercial Items (JUN 2008), that must be completed and submitted with the offer. (52212 3.JUN 2008.doc)
- Record
- SN01709223-W 20081126/081124214329-0d21823ef8e140529e9a65ab1ab62249 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |