Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 19, 2013 FBO #4074
SOLICITATION NOTICE

R -- INTEGRATED HEALTH CARE SYSTEMS PLANNER - FAR provision 52.212-3

Notice Date
1/17/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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
RFP-244-13-0006-REL
 
Archive Date
2/15/2013
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2012), that must be completed and submitted with the offer. 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 conducted pursuant to the authority of FAR Part 15, Contracting by Negotiation; FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and FAR 37.104, Personal Services Contracts (Public Law 103-332, Department of the Interior and Related Agencies Appropriation Act, Title II, September 30, 1994, 108 Stat. 2530 as implemented by 25 U.S.C. 3109). 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 Proposal (RFP)-244-13-0006-REL. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-63. The associated North American Industry Classification System code is 541611 and the small business size standard is $14.0 million. PRICE SCHEDULE - INTEGRATED HEALTH CARE SYSTEMS PLANNER: Potential contractors shall propose an all inclusive hourly rate. BASE YEAR: 1200 hours @ $_______________ per hour = $____________________; OPTION YEAR ONE: 1200 hours @ $_______________ per hour = $____________________; GRAND TOTAL: $____________________. PERIOD OF PERFORMANCE: The performance of this contract shall be from March 1, 2013, through February 28, 2014, with one 12-month option. WORK SCHEDULE: 100 hours per month and must be coordinated with Richard Brannan, Chief Executive Officer, Wind River Service Unit. STATEMENT OF WORK: Working in partnership with the Wind River Service Unit, the Shoshone and Arapaho Tribes desire to develop a comprehensive health care system on the Wind River Indian Reservation that is proactive, quality driven, cost effective, and highly accessible. The vision is to create and sustain an accessible and seamless health care system that nurtures health improvement and wellness for the Shoshone and Arapahoe Tribes. To accomplish this goal, a contractor is needed to provide professional services for a comprehensive and integrated health systems plan to guide the development, implementation, and delivery of health care and ancillary health services on the Wind River Indian Reservation. The contractor will provide planning documents that will serve as a road map for health systems development and improvement designed to result in improved health outcomes for consumers, build capacity for service delivery, and operational and cost efficiencies by those responsible for delivery of services. The plan will assist in the development of broad policies on the provision of health care and ancillary health care services for the Wind River Indian Reservation, including a review of documents relevant to delivery sites and facilities, and identification of natural partners and/or possible partnership development. It will address federal health care reform and reform implications for health care delivery on the Wind River Indian Reservation. The plan will provide recommendations regarding operational implementation and funding that are consistent with the policy frame work developed. Information sufficient for identification for funding opportunities and resources are to be included in the plan. The contractor will assist the Shoshone and Arapaho Tribes, and tribal organizations, to apply for and acquire identified funding opportunities and resources to enhance and improve the health care status of tribal members and Wind River Service Unit patients. The work product shall be presented in language and concepts that can be readily understood by those not in the health care field in order to provide uniform understanding. KNOWLEDGE REQUIRED BY THE POSITION: Experience in health care and systems planning in tribal and rural settings. Ability to understand the role of the Wind River Service Unit, including functions, mandate, environment and funding. Experience in and knowledge of the unique governmental issues surrounding health care service delivery for the Wind River Indian Reservation and in Indian country. Knowledge of current health care reform issues. Experience in analyzing and interpreting federal laws, rules and regulations related to healthcare policy and payment. Proven track record of experience in writing grants for Tribes (as eligible recipients) for federal, state and private foundation funding, including U.S. Department of Health and Human Service agencies. Experience in assessing workforce and professional development needs. Experience with service gap identification, evaluation and comparison of operations of various health care delivery systems. Ability to evaluate opportunities for collaboration and alternative means of providing services. Provide effective and meaningful contributions to improving organizational systems, capacity, access, and efficacy through insightful work and out-of-the box thinking. Mastery of advanced management and organizational principles and practices and expert knowledge of laws, policies, regulations, and precedents applicable to health care programs. SUPERVISION: The contractor's immediate supervisor will be Richard Brannan, Chief Executive Officer; Wind River Service Unit. Monitoring of contract compliance and appropriate recordkeeping will be demonstrated using meeting and work logs, meeting minutes, face-to-face meetings, document submissions, or any other appropriate records. The contractor is a recognized authority and is subject to administrative and policy direction concerning overall project priorities and objectives. Richard Brannan will be responsible for conveying contract compliance to the COR. GUIDELINES: Guidelines available include Public Health Service regulations and the Indian Health Manual, procedures, guidelines and policies for a number of issues. Consultation with tribal governing bodies, tribal communities, and tribal health programs will be critical to the development and implementation of broad strategic health care objectives and initiatives. Work is assigned to the contractor in terms of objectives to be attained with little or no specific instructions. COMPLEXITY: Work includes varied and highly complex duties requiring many different and unrelated processes and methods that are applied to a broad range of activities and management issues. Assignments require developing detailed plans, goals, and objectives for the long range implementation and administration of health care programs and systems, evaluation and analysis of organizational/program processes and systems, and the development of criteria for evaluating the effectiveness of the program, organization and system. SCOPE AND EFFECT: The work involves isolating and defining unknown conditions, resolving critical problems, and/or developing new theories. The contractor is an expert analyst in developing, monitoring, implementing, and evaluating current or projected complex, interrelated health care systems and programs involving governmental and non-governmental organizations. These organizations include tribal communities, tribal government, tribal health care programs, State and federal entities. The work has a direct bearing on the health care system's ability at being able to meet the emotional and physical needs of patients, their families and local tribal communities. PERSONAL CONTACTS: Personal contacts include patients, patient families, Indian Health Service employees, representatives from the IHS Area Office and PHS health care facilities, and representatives from other federal organizations. Personal contacts also include representatives of non-federal organizations and individuals, including medical and administrative staffs of private sector health care facilities, tribal representatives, tribal members, and non-federal medical and administrative personnel. PURPOSE OF CONTACTS: Personal contacts are to influence managers or other officials to accept and implement findings and recommendations to improve programs and organizations within the health care delivery system, as well as findings and recommendations on program effectiveness and efficiency and program change. The contractor may encounter resistance due to such issues as organizational conflict, competing objectives/interests, and/or resource problems. PHYSICAL DEMANDS: The work is generally sedentary. There may be some walking, standing or bending and carrying of small and light objects. WORK ENVIRONMENT: Performs work in an adequately lighted and climate controlled office setting. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide the Contractor with the following: (1) Office space including a telephone; (2) access to standard and specialized equipment including a computer, copy machines, and facsimile machines. The Wind River Service Unit will be responsible for getting the Contractor access and clearance to all pertinent computer services necessary to carry out his/her duties; (3) office supplies; and (4) if necessary, authority to use a General Services Administration (GSA) vehicle, for official purposes only. The Contractor will be required to provide evidence of motor vehicle liability insurance covering bodily injury and property damage to protect the Contractor and the Government against third-party claims arising from the operation of all GSA vehicles used in connection with the contract. The Contractor shall provide coverage of at least $200,000 per person and $500,000 per occurrence for bodily injury and $20,000 per occurrence for property damage. The Contractor shall comply with the requirements of FAR Subpart 51.2, 41 CFR 101-39, 41 CFR 102-34, and the operator's packet furnished with each vehicle. COMPUTER SECURITY: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the contractor will be required to complete a course in Computer Security Awareness Training (CSAT). This training must be completed annually by all employees including all contractors, volunteers, students, and summer externs. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201, "Personal Identity Verification of Federal Employees and Contractors," and the associated Office of Management and Budget (OMB) implementation guidance for personal identity verification for all affected contractor and subcontractor personnel. Access/clearance to all pertinent computer systems, including completing a Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Site Manager. REPORTING REQUIREMENTS: The Contractor shall provide the Contracting Officer with evidence that payment of employment taxes has been made 15 days after each quarter. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S REPRESENTATIVE (COR): The Contracting Officer's Representative (COR) for this contract will be JoLynn Davis, R.N., Director of Nursing; Wind River Service Unit. The COR shall be responsible for: (1) Monitoring the Contractor's 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 Contracting Officer's Representative (COR). The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address, telephone number and e-mail address; (2) Contract Number; (3) Invoice number and date; (4) Dates of Service including the number of hours worked and total amount due; and (5) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation, therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. All IHS regulations and policies applicable to these Acts shall be enforced. 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. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors. The character and background investigations will be conducted by the Wind River Service Unit. Fingerprints must be taken as part of the pre-employment process and must be completed before the contractor is allowed to work. 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: (1) Comprehensive understanding of the Statement of Work = 50 POINTS. Offerors must submit a detailed work plan that addresses how each aspect of the "Statement of Work" will be accomplished and should be in as much detail to ensure it fully explains your proposed technical approach or method; and (2) Past Performance = 50 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 two 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; and (8) Administrative Contracting Officer 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, 52.204-7, 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, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 52.249-12, 52.251-1, 52.251-2, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2 and 352.270-3. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 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 https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. 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 System for Award Management (SAM). SAM replaces the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov. 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 January 31, 2013. 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 RFP. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFP-244-13-0006-REL/listing.html)
 
Record
SN02968234-W 20130119/130117235052-2c16023c9d5426ac03348350eda6adeb (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.