SOLICITATION NOTICE
Q -- Medical Laboratory Technician Services
- Notice Date
- 2/14/2020 2:22:17 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561320
— Temporary Help Services
- Contracting Office
- GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
- ZIP Code
- 57401
- Solicitation Number
- 75H70620Q0004
- Response Due
- 2/24/2020 8:00:00 AM
- Archive Date
- 03/10/2020
- Point of Contact
- Connie Valandra, Phone: 6052267331, Fax: 6052267669
- E-Mail Address
-
connie.valandra@ihs.gov
(connie.valandra@ihs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR (Federal Acquisition Regulations) Subpart 12.6 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 75H70620Q00004. The solicitation document incorporated provisions and clauses are those in effect through FAC (Federal Acquisition Circular) 2020-04. This is a Total Small Business Set-aside solicitation. NAICS code is 561320 � Temporary Help Services, Small Business Size Standard is $30.0 Million, Product Service Code is Q301 � Medical � Laboratory Testing. The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state, and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. Contract Line Items: Base Year: March 1, 2020 through February 28, 2021 Medical Laboratory Technician Services: 2080 Hours @$__________ /Hour, totaling $__________ Option Year One (1): March 1, 2021 through February 28, 2022 2. Medical Laboratory Technician Services: 2080 Hours @$__________ /Hour, totaling $__________ Option Year Two (2): March 1, 2022 through February 28, 2023 3. Medical Laboratory Technician Services: 2080 Hours @$__________ /Hour, totaling $__________ Option Year Three (3): March 1, 2023 through February 29, 2024 4. Medical Laboratory Technician Services: 2080 Hours @$__________ /Hour, totaling $__________ Option Year Four (4): March 1, 2024 through February 28, 2025 5. Medical Laboratory Technician Services: 2080 Hours @$__________ /Hour, totaling $__________ Total� $__________ The Great Plains Area Office is soliciting proposals for a Requirements, Firm Fixed-Price, Non-Personal Healthcare Services contract for Medical Laboratory Technician Services for the Fort Thompson Health Center, Fort Thompson Service Unit, 1323 BIA Route 4, Fort Thompson, SD� 57339. Medical Laboratory Technician Services include: (List is not all-inclusive.) Duties include: Bacteriology, Phlebotomy, Chemistry, Hematology, Urinalysis, Serology, Cytology & Histology. Computer Data Entry. Use Quality Control Procedures and re-check questionable results. Perform general instruments/equipment checks. Monthly GPAO and CMS counts for reporting and departmental records. Subject to peer review per Joint Commission standards. Meet Safety management reporting requirements The period of performance will be from March 1, 2020 through February 28, 2021, with four 1-year options with performance dates of March 1, 2021 through February 28, 2022; March 1, 2022 through February 28, 2023; March 1, 2023 through February 29, 2024; and March 1, 2024 through February 28, 2025; respectively. INSTRUCTION TO OFFERORS: Proposal must contain the following documents in order to be considered responsive and eligible for an award: If applicable, Licensure Requirement form with a copy of the license. For each potential candidate, a completed and signed Agreement to a Temporary Waiver of Character Investigation form. For each potential candidate, a completed and signed Optional Form 306 Declaration for Federal Employment. For each potential candidate, a completed and signed Optional Form 306 Addendum to Declaration for Federal Employment. Copy of Malpractice Insurance Coverage Active, current, full, and unrestricted license to practice. Copy of a current physical examination (within the past 2 years) with current immunizations for MMR and DT. If applicable, Degree from an accredited School of Medicine. Copy of current certification in BLS, ACLS. Current CV/Resume. 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 (Oct 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). 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. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The following factors shall be used to evaluate offers: The following factors shall be used to evaluate offers: Technical Proposal Problem and Approach Past Performance Key Personnel Management Cost Proposal FAR 52.212-3 � Offeror Representations and Certifications � Commercial Items (Dec 2019). 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 2020) (Incorporated by Reference); and FAR 52.212-5 � Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (Jan 2020). The full text of a clause may be accessed electronically at: https://www.acquisition.gov/browse/index/far The Defense Priorities and Allocations System (DPAS) is Not Applicable to this solicitation. Quote is due on February 24, 2020 @10:00am CDT/CST. Submit proposals 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: The standards of medical practice and duties of the Contractor through its Physician(s) shall be determined pursuant to the bylaws of the Service Unit. The regulations of the hospital, applicable provisions of law, other rules and regulations of any and all governmental authorities relating to licensure and regulation of physicians and hospitals must be followed.� Also the standards and recommendations of Centers for Medicare and Medicaid Services (CMS) or the Accreditation Organization must be adhered to.� The Contract Physician(s) shall be required to participate in a quality improvement program, which is consistent with current requirements for ongoing monitoring and evaluation of the quality and appropriateness of care. Employee Health Requirements Contract Providers shall provide health information, proof of immunizations as recommended by the CDC (Centers for Disease Control) concerning health-care workers in the United States. Health information must include previous immunization history and proof of the following immunization records: Hepatitis B (Vaccination-declination required), Measles, Mumps, Rubella (MMR), Varicella, Influenza, and Tuberculosis. 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). Child Sexual Abuse Briefing (IHS June 2019) Contractors within the Great Plains Area Indian Health Service (GPAIHS) that have access to IHS Facilities are required to complete the Child Sexual Abuse Briefing within 30 days of award of the contract. Refer to Section J for the PowerPoint Presentation and guidance.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/61a6ef9a1dcb414a91e48cdfaac43ebd/view)
- Place of Performance
- Address: Fort Thompson, SD 57339, USA
- Zip Code: 57339
- Country: USA
- Zip Code: 57339
- Record
- SN05562807-F 20200216/200214230148 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |