Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 23, 2012 FBO #3956
SOLICITATION NOTICE

Q -- Nephrology Physician Services - RFP-12-11

Notice Date
9/21/2012
 
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
RFP-12-11
 
Archive Date
10/17/2012
 
Point of Contact
Deana Long, Phone: 605-747-3690, Carol A Diaz, Phone: 605.226.7567
 
E-Mail Address
deana.long@ihs.gov, carol.diaz@ihs.gov
(deana.long@ihs.gov, carol.diaz@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
RFP-12-11 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. Far Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994)(Public Law 103-355) & FAR 37.4, Non-Personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C. 253). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed price, non-personal service, commercial item, requirements type contract in response to Request for Proposal (RFP) 12-11. This is for a base year plus four (4) one-year option years. The base year period of performance is November 01, 2012 through October 31, 2013. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-61. The associated North American Industry Classification System Code is 621111 and the Small Business Size Standard is $10.0. The contract resulting from this solicitation is a requirements type of contract. A requirements contract does not obligate any funds. Funds will be obligated on an as needed basis and placed against this contract through the issuance of Delivery/Task Orders. Orders may be submitted electronically, facsimile, or hard copy. PURPOSE OF CONTRACT: See attached Statement of Work. Location is at the Rosebud Comprehensive Health Care Facility, 400 Soldier Creek Road, Rosebud, SD 57570. PRICE SCHEDULE: Nephrology Physician Services - the quoted unit pricing must be an all inclusive cost (to include but not be limited to transportation, food, lodging, per diem, and fringe benefits). The contractor is responsible for all associated costs for this project. 1. Complete the attached Price Schedule. Attached are the Federal Acquisition Regulations (FAR) and the Health and Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following: FAR 52.212-1 - Instructions to Offerors - Commercial Items (February 2012): Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include: 1. Solicitation number; 2. Closing date of October 02, 2012 at 11:00 am CST; 3. Name, address, telephone number of the offeror and email address of the contact person; 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This many include product literature, or other documents, if necessary; 5. Terms of any express warranty; 6. Price and any discount; 7. "Remit to" address, if different than mailing address; 8. A completed copy of the representations and certifications at FAR 52.212-3; 9. Acknowledgement of Solicitation Amendments (if any); 10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-2 - Evaluation - Commercial Item (January 1999): Please respond to the below technical evaluation questions and submit with other needed information. A. PROBLEM AND APPROACH: Evaluation of this criterion will assess the offeror's overall understanding of the complexities and logistical requirements associated with the rural outpatient healthcare clinic and the offeror's ability to successfully manage such contract. This criterion will be evaluated based upon the offeror adequately addressing each of the following elements and including sufficiently detailed information to allow a complete analysis of the offeror's technical capabilities and responsibility: 1. Provide a list of available professional providers that have current qualifications to meet the needs of the statement of work: a) proof of board certified/eligible in Nephrology and board certified in Internal Medicine having completed an accredited fellowship in Nephrology. b) The Contract nephrologist must hold a current, unrestricted stated medical license from any of the 50 Untied States or the Common wealth of Puerto Rico. c) The Contract nephrologist physician must meet the same privileging requirements as permanent IHS physicians before being allowed to provide medical services at the Rosebud IHS facility. d) Current BLS, ACLS, certification. e) The Contract nephrologist physician shall not have any work or health restrictions which interfere with the performance of Internal Medicine Physician services. f) The Contract nephrologist must have privileges to practice nephrology at the Rosebud IHS, and at one Regional dialysis center. g) The Contract nephrologist shall speak, understand, read and write English fluently and communicate with sufficient clarity to be understood by Rosebud Indian Health Service Hospital personnel and patients. h) The Contract nephrologist physician shall possess sufficient initiative, interpersonal relationship skills and social sensitivity such that he/she can relate constructively to patients from the Native American community. i) The Contract nephrologist physician shall maintain standard of personal hygiene and grooming such a that his/her image as a physician is compatible with the expectations of the Rosebud Indian Health Service. The individual members of the evaluation team will determine an overall rating based on completeness of information, qualifications, experience, education, and competence of professionals present? 2. Understanding of the problems in delivering urgent and emergent patient care in a small rural outpatient healthcare clinic. 3. Understanding of the complexity and logistical requirements of the contract. 4. Possession of necessary organization, experience, and technical skills to perform the work. 5. Contractor providers shall perform procedures compatible with the medical facility's operating capacity and equipment; including other procedures, tests, x-rays that would be ordered in an acute situation. 6. The contractor cannot be under any exclusions or sanctions from the Medicare/Medicaid programs. 7. Ability to meet IHS credentialing requirements. 8. Ability to satisfy Indian Health Service Unit patient documentation and reporting requirements. 9. A plan to invoice for payment shall be submitted. B. PAST PERFORMANCE AND EXPERIENCE : The past performance and experience evaluation factor will assess the relevance and breadth of the offeror's experience and the quality of the offeror's past performance on contracts consistent in scope and complexity with the provider services of the rural outpatient healthcare clinic. 1. The technical proposal must include a listing of other provider service contracts and subcontracts for the rural outpatient healthcare clinic, Government and/or commercial, awarded to the offeror for practice situations serving rural, isolated locations. The contracts must contain the same type of provider service contracts outlined in the Statement of Work. The offeror must include the following information for each contract and subcontract. a. Name of Contracting Activity b. Contract number c. Contract type d. Total contract value e. Description of contract work f. Contracting Officer and telephone number g. Program manager and telephone number h. Government project officer and telephone number i. List of major subcontractors 2. The offeror must demonstrate its record of successful performance in past contracts and subcontracts, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts and subcontracts for similar services. The offeror shall include the following past performance information: a. Identify the one contract considered to be the most successful and the reasons for this determination. b. Evidence of timely and acceptable contract performance on similar provider service contracts. c. Evidence indicating customer satisfaction for similar services outlined in the Statement of Work. d. Evidence of concern for cost control and budgetary considerations. 3. KEY PERSONNEL: This factor will be evaluated on the basis of the key personnel readily available for assignment to the project. The proposal shall identify key personnel who have relevant experience in performing the tasks required of this solicitation in other projects that are similar in function, scope, and complexity to the rural outpatient healthcare clinic requirement. 1. The offeror must provide a staffing plan to provide the availability of qualified staff that assures the requirements of the Statement of Work are met in a timely manner. 2. The offeror shall specify the extent to which staff will participate in contract performance. Curriculum vitae or resumes of key personnel that will be directly involved in contract performance shall be included in the proposal. CV's or resumes must demonstrate that the offeror has the personnel with the necessary knowledge and experience to perform the tasks outlined in the Statement of Work. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (April 2012) - See attachment for full text and instructions for completion. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (February 2012) - See attachment, in by reference. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) - See attachment for full text. The "Unit Price" is an all inclusive cost. All "inclusive cost" is defined to include travel, lodging, per diem, fringe benefits, i.e. life insurance, social security, federal, state, and local taxes, plus all other costs pertinent to the performance of this contract. 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. The Indian Health Service utilizes the eQIP (Electronic Questionnaire Investigations Processing) system to process background investigations. Contractors are required to work with the Service Unit Background Coordinator or other designee to properly complete their eQIP entry without error. Proper submission of the eQIP entry to the Office of Personnel Management (OPM) is required prior to the individual being allowed to begin their performance under this contract. Computers have been provided to the service unit for this purpose. 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 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). SUBMIT PROPOSALS TO THE FOLLOWING: Rosebud Indian Health Service Contracting Department Attn: Deana Long, Supervisory Contract Specialist 400 Soldier Creek Road Rosebud, South Dakota 57570 OR Email to deana.long@ihs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFP-12-11/listing.html)
 
Place of Performance
Address: 400 Soldier Creek Road, Rosebud, South Dakota, 57570, United States
Zip Code: 57570
 
Record
SN02894575-W 20120923/120922002355-3899513a6b0654069842e588607ec130 (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.