SOLICITATION NOTICE
Q -- Q--Q - COVID-19 LVN & NURSING ASSISTANTS
- Notice Date
- 9/18/2020 7:10:48 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621420
— Outpatient Mental Health and Substance Abuse Centers
- Contracting Office
- CENTRAL OFFICE RESTON VA 20191 USA
- ZIP Code
- 20191
- Solicitation Number
- 140A2320R0036
- Response Due
- 9/21/2020 12:00:00 AM
- Archive Date
- 10/06/2020
- Point of Contact
- Johnson, Mary Jane
- E-Mail Address
-
maryjane.johnson@bia.gov
(maryjane.johnson@bia.gov)
- Awardee
- null
- Description
- AMENDMENT NO.:003 IS FOR SOLICITATION 140A2320R0036 IS AS FOLLOWS: 1. TO EXTEND THE RESPONSE DATE AND TIME TO MONDAY, SEPTEMBER 21, 2020 AT 12:00 P.M. MT (ALBUQUERQUE TIME) ALL OTHER TERMS AND CONDITIONS TO REMAIN THE SAME. COVID-19 LVN & NURSING ASSISTANTS This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation No. 140A2320R0036 herein cited will be procured under FAR Part 12, Acquisition of Commercial Items. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-08. This acquisition is ALL BUSINESSES. NAICS Code: 541330. LICENSED VOCATIONAL NURSE (LVN) & CERTIFIED NURSING ASSISTANT (CNA) For Sherman Indian School in California. Sherman Indian High school seeks contracted services for one LVN and two Nursing Assistants. Qualified healthcare professionals will monitor minor students for basic health indicators related to COVID-19 who may be placed in isolation or quarantine. The two nursing assistants will provide basic patient care, observations, and diagnostic services on regular school days two times a day. For more details see attached Statement of work. LINE ITEM: 1. Licensed Vocational Nurse (LVN) 1 each $_____________ 2. Nursing Assistant 2 each $ __________ Applicable taxes: $ ______________ Total $ __________________ BACKGROUND INVESTIGATION (Revised 04/01/2020) In accordance with 25 U.S.C. � 3201 et seq. (Pub. L. 101-630), the Indian Child Protection and Family Violence Prevention Act; 34 U.C.C. � 20351, et seq. (Pub. L. 101-647), the Crime Control Act of 1990, as amended; and 441 Departmental Manual, Personnel Security and Suitability Requirements, all positions with duties and responsibilities involving regular contact with or control over Indian children are subject to a background investigation and determination of suitability for employment. Accordingly, all such positions require a favorable background screening by the Bureau of Indian Education (BIE), Personnel Security and Suitability Program and a favorable background investigation by the Defense Counterintelligence Service Agency (DCSA). The documentation required to initiate a background investigation shall be completed for any Contractor employee that will be onsite during the contract�s performance or have access to Personally Identifiable Information (PII). The complete submittal of the background investigation paperwork to the BIA/BIE will be accomplished within 14 days after contract award for service contracts or, for construction contracts, before a Notice to Proceed (NTP) is issued by the Contracting Officer. Pending the successful completion of a background investigation by the BIA/BIE and/or DCSA, the Contractor who has been granted a favorable screening (applicant and suitability) determination must, at all times, remain within sight and under the supervision of a Government employee (or other person designated by the Contracting Officer Representative (COR), who has successfully completed the background investigation. If an unfavorable screening (applicant and suitability) determination is made, an employee shall not be allowed onsite. If the Contractor�s employees are found onsite, without the proper authorization, the employee will face legal liability and the Contractor may have their contract terminated for default. Additionally, the individual and/ or the company who proposed to employ this individual may be determined to be non-responsible if an unfavorable screening (applicant and suitability) determination is made and may be deemed ineligible for contract award. If an unfavorable final background investigation determination is made, the contract may be terminated and the employee in question shall not be authorized to provide service to the BIA/BIE if the services involve contact with or regular control over Indian children. It is solely the COR�s responsibility to initiate background checks for all Contractors and their employees in the BIE BEARCUBS system, which includes but is not limited to appropriate investigative forms and/or inquiries about their previous investigation; and, obtain a screening (applicant and suitability) determination, and subsequent final background investigation. The Contracting Officer will consult with the COR when questions arise as to whether or not the scope of work of a contract requires background investigations for contractor personnel. If the Contracting Officer or COR believes the scope of work performed by contract personnel should not require a background investigation, the Personnel Security Officer will be contacted for concurrence and has the final authority to determine if background investigation(s) are required. (End of Clause) TRAVEL: Travel cost incurred for transportation, lodging, meals, and incidental expenses (as defined in the regulation cited in FAR 31.205-46) shall be considered to be reasonable and allowable only to the extent that they do not exceed on a daily basis the maximum per diem rates in effect at the time of travel as set forth in the Federal Travel Regulation. The consultant will be reimbursed for travel to provide support at a Government site or other site as may be specified and approved by the COTR under this effort. All travel shall be approved, by the COTR, prior to commencement of travel. Consultant shall provide supporting documentation and a detailed breakdown of incurred travel costs with each invoice. EVALUATION: FAR 52.212-02: Evaluation -Commercial Items: (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: In the order of importance are the listed evaluation factors: Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance In accordance with FAR 15.101-1, Best Value, Tradeoff Process. All non-price factors weight more than 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. M.1 52.217-05, Evaluation of Options: Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. M.2 Evaluation Factors for Award: Award will be made on the basis of the best value trade off evaluation meeting the technically acceptable standards of all the non-price factors. The evaluation factors other than cost or price when combined, are significantly more important than cost or price. The Government intends to select the Best Value offer on the basis of initial offers received, without discussions. Offerors may be given the opportunity to clarify certain aspects of quotes (e.g., the relevance of an offeror's information to resolve minor or clerical errors.) M.3 Evaluation The Government will be utilizing a best value trade off procedures as required under FAR 15.101-1. The Government will evaluate all offers to determine technical acceptability quote with the evaluated price. Each Non-Price Factor will be rated with adjectives (see M.5 for rating scale). M.4 Evaluation Factors Factor I - Technical Capability Factor II - Management Capability Factor III - Past Performance Factor I - Technical Capability quote for RN/CAN Services, in accordance with the Statement of Work. The Technical Capability shall be in as much detail as the offeror considers necessary to fully explain the quoted technical approach. The technical quote should reflect a clear understanding of the nature of the work to be performed. The quote shall assess the offeror's understanding of the Bureau of Indian Affair's goals for the project and an understanding of the Statement of Work (SOW). The quote should include, but not limited to the following: a) Knowledge and understanding of the requirements outlined in the SOW. b) Understanding of general and local condition which can affect the SOW. c) Logical sequence of steps and or specific techniques to accomplish all required work specified in the SOW. d) Capability to produce deliverables in response to the SOW. Factor II - Management RN/CNA Services, in accordance with the Statement of Work. Each offeror shall submit a plan consisting of a narrative explanation of their quote on-site approach to project management and coordination; and cost control measures on change orders and how they are quoted and tracked. Each offeror will be required to provide the relevant experience and knowledge of key individual(s) of the project team who will be assigned directly to the project. This factor will assess the quoted key personnel qualifications. The assessment will consider whether the quote provides an adequate number of appropriately qualified personnel to meet the technical, management and support requirements of the SOW. The Offer should include, but not be limited to the following description: a) Describe the method and criteria you plan to use to select qualified subcontractors to ensure an appropriate level of experience and expertise for the project. b) Describe your plan indicating where you will start the project and how you plan to proceed to completion of the work as identified in the statement of work. Your projected schedule of the project; shall include steps within each phase and their estimated duration time. Project Schedule should note critical path. c) Submit a resume, certificates, and licenses, along with a letter of commitment for all key personnel. Factor III - Past Performance for RN/CNA Services, in accordance with the Statement of Work. Please provide a list of contracts to include the contract number, POP, point of contact information and the description of the requirement. ""Successful past performance on similar projects, to include but not limited to timeliness of performance and customer satisfaction"". Complete and submit Appendix II. APPENDIX II: Past Performance Questionnaire 1. Contract number 2. Contractor's name and address 3. Type of contract 4. Complexity of work 5. Description and location of work (e.g., types of tasks, products, services) related to Contract Inspector Services. 6. Contract dollar value 7. Date of award 8. Contract completion date (including extensions) 9. Type and Extent of Subcontracting 10. If a problem surfaced what was done fix it? 11. A description of the types of personnel (skill and expertise) used and the overall quality of the contractor's team? 12. How was the technical performance or quality of the product or service; schedule; cost control (if applicable); business relations; and management? 13. Were there any particularly significant risks involved in performance services? 14. Past efforts with the any other agency? Award will be made to the best valued offeror, whose quotation is conforming to the requirements herein, will be most advantageous to the Government, and is fair and reasonable. CONTRACT CLAUSES: The following clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-3, Offeror Representations and Certifications Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. In paragraph (b) of FAR 52.212-5(b), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.2013, Contractor Code of Business Ethics and Conduct; FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR FAR 52.222-41, Service Contract Act 1965; FAR 52.223-15, Energy Efficiency in Energy-Consuming Products; FAR 52.211-6, Brand Name of Equal; FAR 52.225-1 Buy American Act-Supplies; FAR, 52.232-34, Payment by Electronic Funds Transfer-System for Award Management; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items of FAR 52.212-5(c), the Contractor shall comply with the following FAR clauses that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive order applicable to acquisitions of commercial items: FAR 52.222-55, Minimum Wages Under Executive Order 13658; FAR 52.232-18, Availability of Funds; FAR 52.216-02, Economic Price Adjustment-Standard Supplies; FAR 52.232-40, Providing Accelerated Payments to Small Business Subcontractors and DIAR clauses are herein incorporated as follows:. DIAR 1452.280-1 Notice of Indian small business economic enterprise set-aside ; DIAR, 1452.280-2; DIAR, 1452.280-3 Subcontracting limitations; DIAR, 1452.280-4 Indian economic enterprise representation; DIAR, 1480.102 Buy Indian Act acquisition regulations; DIAR, 1480.503 Commercial item or simplified acquisitions; DIAR 1480.601 Subcontracting limitations; DIAR, 1452.226-70, Indian Preference; DIAR, 1452.226-71, Indian Preference Program. The Federal Acquisition Regulations clauses and provisions are available on the Internet at: http://www.arnet.gov/far or may be requested from the Contracting Officer. Award will be made at a fair and reasonable price to the lowest responsive and responsible offeror whose quote conforming to the requirements herein will be the most advantageous to the Government. Provide DUNS# and Tax ID# with a signed and dated quote, along with a completed copy of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items and DIAR 1452.280-4, Indian Economic Enterprise Representation. These two documents (completed 52.212-3 and DIAR 1452.250-4) are required to be considered for award. The RFP is due at the Department of the Interior, Bureau of Indian Affairs, Division of Acquisition, Attention: Mary Jane Johnson, by, Thursday, September 03, 2020, 12:00 PM MT (Local Time, Albuquerque, N.M.) copies of the proposals will be accepted by email. Any further questions regarding this announcement may be directed to Mary Jane Johnson, Contract Specialist, by email to Maryjane.johnson@bia.gov. All contractors submitting proposals must be registered in the SAM.gov, in order to receive contracts and purchase orders from the Federal Government pursuant to FAR Clause 52.204-7. To register or learn more about the SAM, go to: http://www.SAM.gov. Your package should include the following: SECTION A: Cover sheet Offeror�s Price Schedule FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items DIAR 1452.280-4, Indian Economic Enterprise Representation. SECTION B: Factor I: Technical Capabilities Factor II: Management Capabilities Factor III: Past Performance
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/36e4126a6653421fb5c05bf7ba427323/view)
- Record
- SN05803342-F 20200920/200918230203 (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 |