Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 21, 2018 FBO #5962
SOLICITATION NOTICE

D -- On-Call Nursing Triage Services - SF 1449

Notice Date
3/19/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Albuquerque Area Office, 4101 Indian School Road NE, Suite 225, Albuquerque, New Mexico, 87110, United States
 
ZIP Code
87110
 
Solicitation Number
18-242-SOL-00027
 
Archive Date
4/10/2018
 
Point of Contact
Shandiin DeWolfe, Phone: 5052566755, Cedric A. Wood, Phone: 5052484716
 
E-Mail Address
Shandiin.DeWolfe@ihs.gov, cedric.wood@ihs.gov
(Shandiin.DeWolfe@ihs.gov, cedric.wood@ihs.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
COMBINED SYNOPSIS This is a combined synopsis/solicitation for commercial items or services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The solicitation number is 18-242-SOL-00027 and is issued as a Request for Quotes (RFQ), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industrial Classification System (NAICS) code for this procurement is 621399 with a small business size standard of $7.50.This requirement is a 100% Set-Aside for Indian Small Business Economic Enterprise (ISBEE) concerns with a cascading set-aside for Other Small Business Concerns and only quotes from qualified offerors will be considered. See Clause titled, "Cascading Set-Aside" for more information. Only one award will result from this solicitation. The contractor shall furnish all parts, supplies, material, labor, equipment and supervision necessary to provide After-Hours Nurse Triage Services at the Ute Mountain Ute Health Center located at 232 Rusting Willow, Complex D, Towaoc, CO 81334 SCOPE OF WORK After-Hours Nurse Triage Services The contractor shall provide appropriate Nursing Triage Services particularly focusing in the utilization of his/her professional training and experience in order to provide the following: 1. Nurse Triage Telephone Service to provide: a.Clinical Assessment (Nature of Problem, Urgency, Symptom Review) b.Patient Instruction (Self-Care Instructions, Patient Instruction for medication management, Need for follow-up, Community Resources, i.e. Urgent Care locations: depending on urgency, nurse will initiate 9-1-1 service or engage ambulance service) c.Review profile to utilize existing standing orders d.Review Protocols e.Contact Physician for situations outside of criteria of protocols 2. Answering Service a.Calls from patients, hospitals and medical providers b.Paging/Calling Physicians c.Patching calls from one provider to another 3. Windows of Operation: Except as otherwise set forth herein, the hours during which the Contractor shall provide the Support Services shall be 24 hours per day, 7 days per week 4. Patient Contacts with Contractor shall be made with trained staff including: Clerical Staff, Medical Assistants, Certified Nursing Assistants, or Registered Nurses as appropriate. 5. Reports a.The Contractor will email basic call information for the daily, weekly, and monthly reports. Basic call information is defined as: calls offered, calls handled, average speed of answer and average handle time. Daily reports will be sent by 9:30 a.m. Mountain Time on the day after the work was completed. Weekly Reports will be sent by the Monday following the work week by 9:30 a.m. Mountain Time. Monthly Reports will be sent by the first regular workday in a new month by 9:30 a.m. Mountain Time. 6. The Contractor will complete a drug test and criminal background check (subject to applicable law)upon assignment of employees to perform Support Services for the client. Employment is contingent on the applicant successfully passing the drug test and criminal background check. If any of the following criteria is found during this pre-screening process, the offer of employment shall be withdrawn: a.A non-pardoned felony (or equivalent charge) b.A gross misdemeanor c.A breach of trust or act of dishonesty that is related to job duties d.Trace or evidence of illegal drug use e.Loss or inability to obtain Verification of State Licensing for Registered Nurses (RNs) 7. The Contractor shall maintain appropriate medical liability insurance necessary for the services rendered. 8. The Contractor shall maintain records confidentially in accordance with the Privacy Act of 1974, Alcohol and Drug Abuse, Patient Records, Freedom of Information Act, Health Insurance Portability and Accountability Act (HIPAA) of 1996 and other pertinent federal laws and regulations. PLAN AND SCHEDULE OF PERFORMANCE: The Contractor shall provide all necessary equipment offsite (i.e. no government equipment furnished) as deemed necessary to perform the Support Services. This shall include the building, telecommunications switch, Universal Power Supply (UPS), desktop computers, office supplies, and workspaces in each Contact Center. ROUTINE CLINIC HOURS: Monday, Wednesday through Friday - 7:00AM-5:00PM Tuesday - 7:00AM-12:30 PM Holidays - CLOSED PERIOD OF PERFORMANCE: Performance under this contract shall be specified in the BPA, PO or contract depending on what type of instrument is used to allow and pay for the services. SCHEDULE OF DELIVERABLES OR REPORTING REQUIREMENTS: Delivery and accountability of work shall be documented by the COR. IDENTIFICATION AND DISPOSITION OF DATA: The Contractor is prohibited from publishing or disseminating information or data, resulting from work performed under this contract. REVIEW, APPROVAL AND EVALUATION: Review and approval of work shall be performed by the Contracting Officer or authorized representative. Evaluation of service performed under this contract will be made jointly by the Contractor and Government Project Officer during the term of this contract, and results of such evaluation shall be made part of the contract file. The Evaluation Report will be directed towards progress made in meeting the contract objectives. Evaluation will be conducted on a date mutually agreed to between the Contractor and Government Project Officer. QUALITY ASSURANCE: The work of the Contractor is subject to review as part of the Service Unit Quality Assurance Program. Review will consist of assignments accomplished and supervisory review of work. The Contractor is required to correct any deficiencies identified. Failure to take corrective action may result in termination of the contract. The contract may also be terminated for cause if facilities are endangered or harmed as a result of the Contractor's action. ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by email to the Buyer. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** All responsible Offerors that respond to this solicitation MUST submit a proposal based on the requirements listed in the Scope of Work. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Quote MUST be good for 30 calendar days after close of solicitation. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. ***All proposals must be submitted to Shandiin DeWolfe, Contract Specialist, Phone Number (505)256-6755, Email Shandiin.DeWolfe@ihs.gov by 1700 Mountain Time, March 26, 2018*** Cascading Set-Aside: Under the Buy Indian Act, 25 U.S.C. 47, though the transfer of authority from the Department of Interior to HHS, offers will be solicited from Indian Small Business Economic Enterprises (see HHSAR Subpart 326.6) that are also small business concerns. If we do not receive enough competition and/or reasonably priced offers from the ISBEE set-aside, we will then evaluate quotes and consider for award to other small business concerns. Any acquisition resulting from this cascading set-aside will be from such a concern as follows: First Tier: Indian Small Business Economic Enterprise, Second Tier: Service Disabled Veteran-Owned Business and Third Tier: HubZone and Fourth Tier: all other Small Business Concerns. Offers received from enterprises that are not one of these small business concerns will not be considered. Notice of Indian Small Business Economic Enterprise Set-Aside Clause (see HHSAR Subpart 326.6), (a) Definitions as used in this clause. Indian means a person who is a member of an Indian Tribe or "Native" as defined in the Alaska Native Claims Settlement Act (PL 92-203; 85 Stat. 688; 43 U.S.C. 1601). Indian Economic Enterprise (Firm) means a sole enterprise, partnership, corporation, or other type of business organization owned, controlled, and operated by: (1) One or more Indians (including, for the purpose of sections 301 and 302 of Public Law 94-437, former or currently federally recognized Indian tribes in the State of New York); or (2) By an Indian firm (as defined in paragraph (1) of this definition); or (3) A nonprofit firm organized for the benefit of Indians and controlled by Indians (see 326.601(a)). Indian small business economic enterprise (ISBEE) means an IEE that is also a small business concern established in accordance with the criteria and size standards of 13 CFR part 121. To ensure actual control over the enterprise, the individuals must possess requisite management or technical capabilities directly related to the primary industry in which the enterprise conducts business. The enterprise must meet these requirements throughout the following time periods: (1) At the time an offer is made in response to a written solicitation; (2) At the time of contract award; and, (3) During the full term of the contract. Indian Tribe means an Indian Tribe, band, nation, or other recognized group or community which is recognized as eligible for the special programs and services provided by the United States to Indians because of their status as Indians, including any Alaska Native village, regional or village corporation established under the Alaska Native Claims Settlement Act (PL 92-203, 85 Stat. 688; 43 U.S.C. 1601). Representation means the positive statement by an enterprise of its eligibility for preferential consideration and participation for acquisitions conducted under the Buy Indian Act, 25 U.S.C. 47, in accordance with the procedures in HHSAR Subpart 326.6. (b) General. (1) Under the Buy Indian Act, offers for this acquisition will be solicited only from Indian small business economic enterprises. (2) IHS will reject all offers received from ineligible enterprises (see cascading set-aside). (3) Any award resulting from this solicitation will be made to an Indian small business economic enterprise, as defined in paragraph (a) of this clause (unless there is not enough competition and/or reasonably priced offers-see cascading set-aside). Requirements. (a) Indian ownership. Indian ownership shall constitute at least 51 percent of an Indian firm during the period covered by a Buy Indian contract. (b) Joint ventures. An Indian firm may enter into a joint venture with other entities for specific projects as long as the Indian firm is the managing partner. However, the contracting officer shall approve the joint venture prior to the award of a contract under the Buy Indian Act. (c) Bonds. In the case of contracts for the construction, alteration, or repair of public buildings or public works, the Miller Act (40 U.S.C. 3131 et seq.) and Federal Acquisition Regulation (FAR) part 28 require performance and payment bonds. Bonds are not required in the case of contracts with Indian tribes or public nonprofit organizations serving as governmental instrumentalities of an Indian tribe. However, bonds are required when dealing with private business entities owned by an Indian tribe or members of an Indian tribe. The contracting officer may require bonds of private business entities that are joint ventures with, or subcontractors of, an Indian tribe or a public nonprofit organization serving as a governmental instrumentality of an Indian tribe. A bid guarantee or bid bond is required only when a performance or payment bond is required. (d) Indian preference in employment, training and subcontracting. Contracts awarded under the Buy Indian Act are subject to the requirements of section 7(b) of the Indian Self-Determination and Education Assistance Act 25 U.S.C. 450e, which requires giving preference to Indians in employment, training, and subcontracting. (e) Subcontracting. A contractor shall not subcontract more than 50 percent of the work under a prime contract awarded pursuant to the Buy Indian Act to non-Indian firms. For this purpose, contract work does not include the provision of materials, supplies, or equipment. (f) Wage rates. The contracting officer shall include a determination of the minimum wage rates by the Secretary of Labor as required by the Davis-Bacon Act (40 U.S.C. 276a) in all contracts awarded under the Buy Indian Act for over $2,000 for construction, alteration, or repair, including painting and decorating, of public buildings and public works, except contracts with Indian tribes or public nonprofit organizations serving as governmental instrumentalities of an Indian tribe. Indian Economic Enterprise Representation. The offeror represents as part of its offer that it __ does __ does not meet the definition of Indian economic enterprise as defined in HHSAR Subpart 326.602. (Please check one) Indian Small Business Economic Enterprise Representation (ISBEE). The offeror represents as part of its offer that it __ does __ does not meet the definition of Indian economic enterprise as defined in HHSAR Subpart 326.602. (Please check one) The contracting officer shall include the Indian Preference clause specified at 326.505(a) in all Buy Indian solicitations and resultant contracts. The contracting officer shall use the Indian Preference Program clause specified at 326.505(b).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ALB/18-242-SOL-00027/listing.html)
 
Place of Performance
Address: Ute Mountain Ute Health Center, 232 Rustling Willow, Complex D, Towaoc, Colorado, 81334, United States
Zip Code: 81334
 
Record
SN04858683-W 20180321/180319230904-968ae59dc294b6db079259377e854ae4 (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.