Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2012 FBO #3703
SOLICITATION NOTICE

Q -- OB/GYN SERVICES AT FT. THOMPSON INDIAN HEALTH SERVICE IN FT. THOMPSON, SD - CLAUSES - STATEMENT OF WORK - CONTRACTOR INSERTS - COURTESY IN THE WORKPLACE

Notice Date
1/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFQ-12-084
 
Archive Date
2/4/2012
 
Point of Contact
Robyn K. LeCompte, Phone: 6052267239, Nichole R. Archambeau, Phone: 6052267567
 
E-Mail Address
robyn.lecompte@ihs.gov, nichole.archambeau@ihs.gov
(robyn.lecompte@ihs.gov, nichole.archambeau@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COURTESY IN THE WORKPLACE CONTRACTOR INSERTS STATEMENT OF WORK FOR OB/GYN CANDIDATES CLAUSES 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 Programs for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), & FAR Subpart 37.4, Non-personal Health Care Services (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 Aberdeen Area Indian Health Service (IHS) intends to award a firm-fixed price requirements-type contract in response to Request for Quotation (RFQ) 12-084, for Obstetrics and Gynecology Services for the Ft. Thompson Indian Health Center in Ft. Thompson, South Dakota. The solicitation is issued as "100% small business set aside". The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industry Classification System code is 621111 and the small business size standard is $10.0 million. BID SCHEDULE: OB/GYN SERVICES: the quoted "unit price" must be an all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this purchase order. The Government anticipates Two (2) awards from this solicitation. Please complete the following pricing schedule utilizing your most competitive and reasonable rates which the IHS will use to the "Best Value" to the government. 1. BASE YEAR (1/25/2012 through 1/24/ 2013) OB/GYN SERVICES: Dollar amount______________ per Hour. 2. OPTION YEAR ONE (1/25/2013 through 1/24/ 2014) OB/GYN SERVICES: Dollar amount______________ per Hour. 3. OPTION YEAR TWO (1/25/2014 through 1/24/ 2015) OB/GYN SERVICES: Dollar amount______________ per Hour. 4. OPTION YEAR THREE (1/25/2015 through 1/24/ 2016) OB/GYN SERVICES: Dollar amount______________ per Hour. 5. OPTION YEAR FOUR (1/25/2016 through 1/24/ 2017) OB/GYN SERVICES: Dollar amount______________ per Hour. BASIS FOR AWARD: Quoters are advised that, in addition to price the Government will take into consideration the following factors in additions to technical criteria factors in determining the successful contractor. All required information must be submitted in order to be considered responsive and eligible for award. 1. Past Performance a. The Government reserves the right to conduct their own investigation other than the contractors provided list. 2. Ability to meet performance schedule. 3. Ability to meet the requirements and qualifications in the statement of work. 4. Reasonableness of price. 5. Responsiveness to requirements. 6. Contractor must be registered with the Central Contractors Registration. The website to register is: www.ccr.gov/ 7. Resume stating qualifications and meeting the requirements of the statement of work. 8. Minimum of three (3) references of similar work in the last three (3) years. Include address and phone numbers. 9. List of previous contracts (if applicable) 10. Complete and sign Licensure Requirement (if applicable). 11. Complete and sign Agreement to a temporary provisional of character investigations (for government contractors only). 12. Complete and sign the Declaration for Federal Employment - Optional Form 306. 13. Complete and Sign Addendum to Declaration for Federal Employment (OF306) 14. Complete Tax payer Identification. 15. Complete Annual Representations & Certifications. https://orca.bpn.gov/ 16. Complete Small Business Program Representations. 17. Copy of malpractice insurance coverage (Certificate of Insurance) 18. Technical Evaluation Factors - Your response need not be more than five pages in length and attachments should be kept to a minimum. a. Meets and maintains credentialing and privileging requirements as defined by agencies such as IHS, CMS and Accreditation Association for Ambulatory Health Care (AAAHC), etc. b. Shall furnish their own support staff 100% of time to assist the medical provider every clinic day. Staff meets certification/licensure and annual training requirements. c. Provided contractual support with a Health Care Facility (i.e. IHS, VA, etc.) in the past, fulfilling all obligations of the contract, without incidence. d. 100% competent in the use of electronic health record or its equivalent. Completes documentation by the next clinic day. e. Participates in the Peer Review process and provides expertise for policy development and implementation for IHS providers to follow in their practice. Character Investigation for Contractors Who Will Have Contact With Indian Children: This is a Non-Personal Service Contract and therefore the contractor is required to fill out a background packet. Federal Tort Claims Liability: This is a Non-Personal Service Contract and therefore this contractor will NOT be covered under the Federal Tort Claims Act. Compliance with IHS Rules and Regulations: The contractor will be required to follow all IHS Rules and Regulations and guidelines. The contractor will conduct themselves in a professional manner at all times. This contract will terminate when period of performance expires or if funds availability imposes constraints. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Aberdeen Area Indian Health Service, Financial Management branch, 115 4th Avenue SE, Aberdeen SD 57401. The Contractor agrees to include the following information on each invoice. (1) Contractors name, address; (2) Contract Number (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. The Aberdeen Area Financial Management Branch, 115 4th Avenue SE, Aberdeen, SD 57401, shall make payment. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). Quotes shall be submitted on company letterhead stationery. Signed and dated. And it shall include: 1. Solicitation number 2. Closing Date: January 20 at 12:00 pm CST 3. Name, address and telephone number of company and email address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary 5. Terms of any express warranty 6. Price and any discount terms 7. "Remit to" address, if different from mailing address. 8. A completed copy of the representations and certifications at FAR 52.212-3 or a copy of the contractor's Online Representations and Certifications Application (ORCA). 9. Acknowledgment of Solicitation Amendments (if any issued) 10. Past performance information, when included as a "best value" factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information). FAR 52.212-2, Evaluation-Commercial Items (January 1999). The provision at 52.212-2 applies to this acquisition and is provided in full text. (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 Indian Health Service will make a separate determination of price reasonableness. The primary consideration in evaluating this criterion is which offeror can perform the service in a manner most advantageous to the government. Under best value principles, there is no requirement that a purchase order be awarded on the basis of lowest proposed cost. The award primarily on the basis of estimated costs may encourage the submission of unrealistically low estimates and increase the likelihood of cost overruns. Estimated costs must be reasonable for the services to be performed. If consideration is narrowed to choosing among quotes with approximately equal technical criteria as determined by the technical evaluation, cost information can become the determining criteria. (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 options(s). FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2011). See attachment for full text and instructions for completion. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), applies to this acquisition and is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2011). See attachment for full text. In addition, Contractors shall provide the following: 1. Complete and sign Licensure Requirement; provide a copy of current license. 2. Complete and sign Agreement to a temporary provisional of character investigations (for government contractors only). 3. Complete and sign the Declaration for Federal Employment - Optional Form 306. 4. Complete and sign Addendum to Declaration for Federal Employment (OF306). 5. Copy of malpractice insurance. Submit quote to: Aberdeen Area Indian Health Service Attn: Robyn LeCompte, Purchasing Agent 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email robyn.lecompte@ihs.gov Contractors intending to conduct business with the Federal Government must register with the 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. No contract award shall be made to any vendor listed on the OIG Exclusion List at http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the contractor to notify the Acquisition Official if there is a change in provider. Fingerprints must be completed and adjudicated prior to services being performed under this contract. Should the candidate be found with a non favorable security clearance, it shall be the Contractor's responsibility to replace that candidate working under the contract with a suitable candidate. ACCEPTANCE PERIOD: Your quotation 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. SECURITY CLEARANCE Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov. As soon as practicable prior to the start of work, the performance of the work the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour or Cost Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-12-084/listing.html)
 
Place of Performance
Address: FT. THOMPSON INDIAN HEALTH CENTER, HWY 34 & 47, PO BOX 200, FT. THOMPSON, South Dakota, 57339, United States
Zip Code: 57339
 
Record
SN02653898-W 20120114/120112234825-53ae10cb0c16e5b361eb24402e1679ed (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.