SOLICITATION NOTICE
W -- Rental of Respiratory Equipment - RFQ Package
- Notice Date
- 10/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 532283
— Home Health Equipment Rental
- 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-18-241-SOL-00004
- Point of Contact
- Connie R Valandra, Phone: 605-226-7567
- E-Mail Address
-
connie.valandra@ihs.gov
(connie.valandra@ihs.gov)
- Small Business Set-Aside
- Indian Small Business Economic Enterprises
- Description
- Forms to be Completee Business Associate Agreement, HHS Policies and Procedures Wage Determination SOW, Provisions, and Clauses This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is RFQ-18-241-SOL-00004 and is issued as a Request For Quotation. The solicitation document and incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2005-100. This is a Buy-Indian (25 USC 47), Total Small Business Set-aside solicitation. NAICS code is 532283 - Home Health Equipment Rental, Small Business Size Standard is $32.5 Million. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Contract Line Items: Base Year: November 1, 2018 - October 31, 2019 1. Oxygen Concentrator 400 each @$_________ Totaling $_________ 2. Trans Fill Unit 100 each @$_________ Totaling $_________ 3. Portable Oxygen Tank 50 each @$_________ Totaling $_________ 4. CPAP Machine 120 each @$_________ Totaling $_________ 5. Bi-PAP ST Machine 2 each @$_________ Totaling $_________ 6. Heated Humidifier (Purchase) 12 each @$_________ Totaling $_________ 7. Heated Humidifier (Rental) 60 each @$_________ Totaling $_________ 8. Nebulizer (Purchase) 40 each @$_________ Totaling $_________ CPAP/BIPAP Supplies 9. Face Masks 36 each @$_________ Totaling $_________ 10. Head Gear 36 each @$_________ Totaling $_________ 11. Tubing 36 each @$_________ Totaling $_________ 12. Non-Disposable Filters 36 each @$_________ Totaling $_________ 13. Chin Straps 12 each @$_________ Totaling $_________ Total - Base Year tiny_mce_marker_________ Option Year One (1): November 1, 2019 - October 31, 2020 14. Oxygen Concentrator 400 each @$_________ Totaling $_________ 15. Trans Fill Unit 100 each @$_________ Totaling $_________ 16. Portable Oxygen Tank 50 each @$_________ Totaling $_________ 17. CPAP Machine 120 each @$_________ Totaling $_________ 18. Bi-PAP ST Machine 2 each @$_________ Totaling $_________ 19. Heated Humidifier (Purchase) 12 each @$_________ Totaling $_________ 20. Heated Humidifier (Rental) 60 each @t$_________ Totaling $_________ 21. Nebulizer (Purchase) 40 each @$_________ Totaling $_________ CPAP/BIPAP Supplies 22. Face Masks 36 each @$_________ Totaling $_________ 23. Head Gear 36 each @$_________ Totaling $_________ 24. Tubing 36 each @$_________ Totaling $_________ 25. Non-Disposable Filters 36 each @$_________ Totaling $_________ 26. Chin Straps 12 each @$_________ Totaling $_________ Total - Option Year One (1) $_________ Option Year Two (2): November 1, 2020 - October 31, 2021 27. Oxygen Concentrator 400 each @$_________ Totaling $_________ 28. Trans Fill Unit 100 each @$_________ Totaling $_________ 29. Portable Oxygen Tank 50 each @$_________ Totaling $_________ 30. CPAP Machine 120 each @$_________ Totaling $_________ 31. Bi-PAP ST Machine 2 each @$_________ Totaling $_________ 32. Heated Humidifier (Purchase) 12 each @$_________ Totaling $_________ 33. Heated Humidifier (Rental) 60 each @$_________ Totaling $_________ 34. Nebulizer (Purchase) 40 each @$_________ Totaling $_________ CPAP/BIPAP Supplies 35. Face Masks 36 each @$_________ Totaling $_________ 36. Head Gear 36 each @$_________ Totaling $_________ 37. Tubing 36 each @$_________ Totaling $_________ 38. Non-Disposable Filters 36 each @$_________ Totaling $_________ 39. Chin Straps 12 each @$_________ Totaling $_________ Total - Option Year Two (2) $_________ Option Year Three (3): November 1, 2021 - October 31, 2022 40. Oxygen Concentrator 400 each @$_________ Totaling $_________ 41. Trans Fill Unit 100 each @$_________ Totaling $_________ 42. Portable Oxygen Tank 50 each @$_________ Totaling $_________ 43. CPAP Machine 120 each @$_________ Totaling $_________ 44. Bi-PAP ST Machine 2 each @$_________ Totaling $_________ 45. Heated Humidifier (Purchase) 12 each @$_________ Totaling $_________ 46. Heated Humidifier (Rental) 60 each @$_________ Totaling $_________ 47. Nebulizer (Purchase) 40 each @$_________ Totaling $_________ CPAP/BIPAP Supplies 48. Face Masks 36 each @$_________ Totaling $_________ 49. Head Gear 36 each @$_________ Totaling $_________ 50. Tubing 36 each @$________ Totaling $_________ 51. Non-Disposable Filters 36 each @$_________ Totaling $_________ 52. Chin Straps 12 each @$_________ Totaling $_________ Total - Option Year Three (3) $_________ Option Year Four (4): November 1, 2022 - October 31, 2023 53. Oxygen Concentrator 400 each @$_________ Totaling $_________ 54. Trans Fill Unit 100 each @$________ Totaling $________ 55. Portable Oxygen Tank 50 each @$_________ Totaling $________ 56. CPAP Machine 120 each @$________ Totaling $_________ 57. Bi-PAP ST Machine 2 each @$________ Totaling $_________ 58. Heated Humidifier (Purchase) 12 each @$_______ Totaling $________ 59. Heated Humidifier (Rental) 60 each @$________ Totaling $________ 60. Nebulizer (Purchase) 40 each @$________ Totaling $_________ CPAP/BIPAP Supplies 61. Face Masks 36 each @$________ Totaling $________ 62. Head Gear 36 each @$______ Totaling $_________ 63. Tubing 36 each @$_________ Totaling $_________ 64. Non-Disposable Filters 36 each @$_________ Totaling $_________ 65. Chin Straps 12 each @_________ Totaling $_________ Total - Option Year Four (4) $_________ Total - Base Year and Four 1-Year Options $_________ The Great Plains Area Office is soliciting proposals for an ID/Requirements, Firm Fixed-Price, Non-Personal Services contract for Rental of Respiratory Equipment and Supplies for patients of the Rosebud Comprehensive Health Care Facility, Rosebud IHS Hospital, Rosebud, SD: Rental of Respiratory Equipment and Supplies include: (List is not all-inclusive.) (See SOW for specifics.) A. Upon receipt of a prescription, deliver respiratory equipment and/or supplies. B. Set up equipment and instruct patient and/or family on the use and maintenance of equipment. C. Provide emergency contact information to patient. D. Replace/repair equipment as needed. E. Adhere to Medicare guidelines for equipment rental and/or ownership. F. Notify COR when patient is eligible for alternate resources. The period of performance will be from November 1, 2018 - October 31, 2019 with four 1-year options with performance dates of November 1, 2019 - October 31, 2020 November 1, 2020 - October 31, 2021, November 1, 2021 - October 31, 2022, and November 1, 2022 - October 31, 2023, respectively. INSTRUCTION TO OFFERORS: Quote must contain the following documents in order to be considered responsive and eligible for an award: Completion of the attached FAR and HHSAR (Health and Human Services Acquisition Regulations) provisions and clauses applicable to this acquisition, including: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Aug 2018). This information must be submitted by the Offeror. See Section L for full text. See Section M for Past Performance Questionnaire Form. FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014). Basis for Award is LPTA (Lowest Price, Technically Acceptable). The Government will award a contract resulting from this solicitation on the basis of the lowest evaluated price of proposals meetings or exceeding the acceptability standards for non-cost factors. The following factors shall be used to evaluate offers: Ability to meet or exceed the requirements/specifications Price Evaluation - The Government shall conduct a price evaluation of all technically acceptable offers. Award will be made on an "all-or-none" basis to the lowest responsive and responsible quoter FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Aug 2018). This must be completed by the Offeror. See attachment for full text. The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (q) of this provision. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (Jan 2017) (Incorporated by Reference); and FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2018). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/?q=browsefar Awardee will be required to submit a Certificate of Liability Insurance within 5 business days following award notification from the Great Plains Indian Health Service. The Defense Priorities and Allocations System (DPAS) is Not Applicable to this solicitation. Proposal is due on October 25, 2018 @10:00pm CDT/CST. Submit proposal to: Great Plains Area Indian Health Service Attn: Connie Valandra, Contract Specialist Federal Building, Room 309 115 4th Avenue Southeast Aberdeen, South Dakota 57401-4360 Telephone: 605/226-7567 Facsimile: 605/226-7669 E-mail: connie.valandra@ihs.gov Note to the Proposed Contractor: 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 IHS (Indian Health Service). Before starting work requiring routine access to IHS facilities or systems each person must complete an FBI National Criminal History Check (Fingerprint Check) adjudicated by an IHS employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for IHS processing of fingerprints taken electronically at an IHS site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of IHS sites with electronic fingerprint capability is available from the Contracting Officer. The IHS 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 OPM (Office of Personnel Management) 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. OIG Exclusion List No contract award shall be made to a vendor or provider listed on the OIG Exclusion List (http://exclusions.oig.hhs.gov) throughout the duration of the contract. Should a candidate be found with a non-favorable security clearance it shall be the contractor's responsibility to replace the candidate working under the contract/purchase order with a suitable candidate. It shall be the responsibility of the contractor to notify the Acquisition Office is there is a change in provider. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the LEIE (HHS Office of Inspector General List of Excluded Individuals/Entities), 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 IHS 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. The 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 a reduction(s) in the contract price of no more than the cost of the investigation(s).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-18-241-SOL-00004/listing.html)
- Place of Performance
- Address: 400 Soldier Creek Road, Rosebud Reservation, Rosebud, South Dakota, 57570, United States
- Zip Code: 57570
- Zip Code: 57570
- Record
- SN05131304-W 20181024/181022230616-3958963204ec53c4b72622e82f916c3f (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 |