Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 24, 2022 SAM #7603
SOLICITATION NOTICE

Q -- FFP, Non-Personal Service, SB-IEE Set-Aside, Pharmacist Services for Cheyenne River Health Center, SD

Notice Date
9/22/2022 1:35:00 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
62199 —
 
Contracting Office
GREAT PLAINS AREA INDIAN HEALTH SVC ABERDEEN SD 57401 USA
 
ZIP Code
57401
 
Solicitation Number
CRHC23-01
 
Response Due
9/30/2022 12:00:00 PM
 
Archive Date
10/15/2022
 
Point of Contact
Danielle Chasing Hawk, Phone: 605/964-0605, Fax: 605/964-7737, Stephanie Red Elk, Phone: 605/964-0507, Fax: 605-964-7737
 
E-Mail Address
danielle.chasinghawk@ihs.gov, Stephanie.RedElk@ihs.gov
(danielle.chasinghawk@ihs.gov, Stephanie.RedElk@ihs.gov)
 
Small Business Set-Aside
BICiv Buy Indian Set-Aside (specific to Department of Health and Human Services, Indian Health Services)
 
Description
(i) a. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. FAR Part 12 Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamline Act of 1994) (Public Law 103-355) & FAR 37.4, Non-Personal Health Care Services Contract(10 U.S.C. 2304 and 41 U.S.C. 253). �This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. b. The Indian Health Service/Great Plains Area/ Cheyenne River Health Center(CRHC) has an urgent need for Pharmacist(s) Services and intends to award a Firm Fixed-Price, Non-Personal Healthcare Service, Contract to provide Pharmacist Services, for the Cheyenne River Health Center located in Eagle Butte, South Dakota. �All quotes may be submitted electronically, facsimile, or hard copy. (ii) This solicitation is being issued under solicitation number CRHC23-01. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06, dated 08/10/2022 (iv) This RFQ is a 100% Small Business, Indian Economic Enterprise (SB/IEE) Set-Aside and the associated NAICS code is 621999, with a Small business Size Standard of $18 Million.� (v) Services purchased through this contract will be Pharmacist Services at the Cheyenne River Health Center in Eagle Butte, SD. �The �Unit Price� is an all-inclusive cost. �All �inclusive cost� is defined to include, but not limited to travel, lodging, per diem, benefits, fuel, freight etc., plus all other costs pertinent to the performance of this contract. �Utilize your most competitive and reasonable rates. Multiple awards will be made against this RFQ, if advantageous for the government. Complete the attached Price Schedule. POP: 26 weeks, 10/10/22-04/07/23 Up to 3 Pharmacists 1.�� �Regular Hours (1,064 x 3)�� �3,192/Hours x $______/hr = $________ 2.�� �Overtime (100 x 3)�� ��� � � 300/Hours x $______/hr = $________ � � � � � � � � � � Total Estimated Contract Price�� ��� �$__________________ �� � (vi) Description of Services: See attached Performance Work Statement. Services will be provided for the Cheyenne River Health Center, 24276 166th Street, Eagle Butte, South Dakota 57625 (vii) The period of performance will be October 10, 2022 through April 7, 2023. (viii) The provision at 52.212-1, Instructions to Offerors � Commercial Items (November 2021), applies to this acquisition. �Quotes shall be submitted on company letterhead stationary, signed and dated; it shall include, at a minimum; 1.�� �Solicitation number CRHC23-01; 2.�� �Closing Date: September 30, 2022 at 1:00pm MST; 3.�� �Name, address, telephone number of the offeror and email address of the contact person 4.�� �Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. �This may include product literature, or other documents, if necessary; 5.�� �Terms of any express warranty; 6.�� �Price and any discount terms; 7.�� ��Remit to� address, if different than mailing address; 8.�� �A completed copy of the representations and certifications at FAR 52.212-3(see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); 9.�� �Acknowledgement of Solicitation Amendments, (if issued); 10.�� �Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract number, points of contract with telephone numbers and other relevant information); and 11.�� �A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. �Offers that fail to furnish required representation or information, or reject the terms and conditions of the solicitation may be excluded from consideration In addition, Contractors shall submit the following to be considered Acceptable: ��� �Cover Letter submitting your quote, with required documentation and certifying price. ��� �Completed Price Schedule ��� �For each candidate submitting: o�� �Complete/updated Resume of each proposed Candidate(s) (include at least 2 references) o�� �Candidate License(s) (active and inactive) o�� �Completed/Signed OF-306 Declaration for Federal Employment o�� �Completed/Signed OF30 Addendum to Declaration for Federal Employment o�� �Completed/Signed Child Care Position Provisional Authorization o�� �Completed/Signed Licensure Requirements form o�� �Employee Health Record(Immunization) to meet SU guidelines, and/or certification by candidate they meet the requirement as written in the solicitation and will provide a copy if selected. ��� �Completed/Signed Indian Health Service, Buy Indian Act, Indian Economic Enterprise Representation Form ��� �Proof of Malpractice Insurance coverage ��� �Past Performance Questionnaire (ix) FAR 52.212-2 Evaluation-Commercial Products and Commercial Services (Nov 2021) � See attachment for full text. The basis for award will be based Lowest Price Technically Acceptable(LPTA) (x) FAR 52.212-3 - Offeror Representations and Certifications -- Commercial Products and Commercial Services (May 2022) - See attachment for full text. The offeror shall complete only paragraph (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) accessed through http://www.sam.gov. �If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. (xi) FAR 52.212-4 - Contract Terms and Conditions -- Commercial Products and Commercial Services (Nov 2021) - Applies to this acquisition and is incorporate by reference. � (xii) FAR 52.212-5 - Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Products and Commercial Services (May 2022) � See attachment for full text. (xiii) Any additional contract requirement(s), or terms and conditions, HHSAR clauses, FAR regulations, are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices are attached.� (xiv) N/A (xv) Offerors are due on September 30th, 2022 by 1:00 PM MST, and can be e-mailed: (Stephanie.RedElk@ihs.gov), or Fax to: 605-964-7737, or mailed: PO Box 1021(physical street address: 24276 166th Street), Eagle Butte, SD 57625. Offeror must confirm the receipt of the proposal by IHS. Questions in reference to this solicitation shall be submitted in writing, the email address listed above. �The last day to submit questions is September 27th, 2022 at 1:00pm MST. �No questions will be answered after this date/time. �Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective vendors through a solicitation amendment. It will be the responsibility of the offeror to read and submit the required documents by the closing date of the solicitation. (xvi) Point Of Contacts: �Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihg.gov, 605-964-0605 or Stephanie Red Elk, Acting Purchasing Agent, Stephanie.RedElk@ihs.gov, 605-964-0507, (xvii) Contractor will need to have a TIN number, and be active & registered in SAM at www.sam.gov. SECURITY CLEARANCE A security pre-clearance must be performed for any employees referred to IHS through this contract. Fingerprints must be completed and adjudicated prior to service being performed under this contract. The contractor will be responsible for submitted selected candidates fingerprint cards to IHS/Cheyenne River Health Service with 5 days of selection of candidate. Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.). �Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System. �Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. �A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer. In addition, no contract award shall be made to any vendor and no Contractor or subcontractor employee shall be permitted to perform work under this contract, if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov. �As soon as practicable, prior to the start of work and during the performance of 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 I.H.S. 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. Government will pay for the cost to process the contractors suitability clearances. �However, multiple investigations for the same position may, at the Contracting Officers discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s). Employees that DO NOT have access to LMS, contractors, volunteers, or IHS employees with IPA�s or MOA�s to tribal organizations please, click here IHS Sexual Abuse Prevention website. �When the contractors have completed and passed the training, please have them send a copy of the last page of the training with Name, Date, and Time to their Supervisor, COR, and Kimmen LeBeau, e-mail: Kimmen.LeBeau@ihs.gov Invoice Processing Platform (IPP) The Indian Health Service (IHS) is in the process of implementing an electronic invoicing system. In compliance with the Office of Management and Budget (OMB) M-15-19 memorandum �Improving Government Efficiency and Saving Taxpayer Dollars Through Electronic Invoicing� directing Federal agencies to adopt electronic invoicing as the primary means to disburse payment to vendors. �Invoices submitted under any award will be required to utilize the Invoice Processing Platform (IPP) in accordance with HHSAR 352.232-71, Electronic Submission and Processing Payment Requests. The IPP website address is: https://www.ipp.gov If you require assistance registering or IPP account access, please contact the IPP Helpdesk at (866) 973-3131 M-F, 8am-6pm EST, or, IPPCustomerSupport@fiscal.treasury.gov Should the contractor feels that the use of IPP would be unduly burdensome, their response to this solicitation should include an explanation of this position, for a determination by the contracting officer.� �The standards of medical practice and duties of the Contractor through its Pharmacists shall be determined pursuant to the by-laws 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 of Medicare and Medicaid Services (CMS) or the Accreditation Organization must be adhered to. �The Contract Pharmacists 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.� Housing If available, the Cheyenne River Health Center, has a limited number of housing available. �The Contractor is required to pay rent for offered housing. �The housing regulations and rental rate is determined by the CRHC Housing guidelines. �If there is no housing available the Contractor will be responsible to secure housing in the surrounding town and/or rural area. �Please do an internet search for area hotels and/or rentals. � Immunization/Employee Health Requirements Clearance from the Employee Health Coordinator (EHC) needs to be obtained prior to the contractor arriving to the facility, this means all records have been collected and reviewed by the EHC. The EHC will notify the Administrative Support Assistant (ASA) for the department when the contactor has been cleared to start via email notification.� The required records are:� ��� �Two (2) documented vaccinations of MMR or a titer showing immunity to Mumps, Measles (Rubeola), Rubella� o�� �Contractors born before 1957 are presumed to have natural immunity to MMR ��� �Three (3) documented vaccinations of Hepatitis B or a titer showing immunity to Hepatitis B � ��� �Two (2) documented vaccinations of Varicella or a titer showing immunity to Varicella ��� �Tdap within the last 10 years ��� �TST (tuberculin skin test), PPD (purified protein derivative) or QuantiFERON- TB Gold within the last year or a chest x-ray within last five (5) years to rule out Tuberculosis o�� �Neither item can expire within contracted time o�� �If contractor were to extend and the TST/PPD/Gold/X-ray were to expire during the extension time frame, the expiring items must be completed and submitted to CRHC prior to extension being signed by CRHC ��� �Flu vaccine for current Flu Season if contracted between Sept 1 and April 1 ��� �Fit Test within the last year, to one of the following N95 mask: Moldex M/L, Moldex Large, 3M 1860 Small, 3M 1860 Regular, Halyard �duckbill� Regular, Halyard �duckbill� Medium. o�� �Fit test cannot expire within contracted time o�� �If contractor were to extend and the fit test were to expire during the extension time frame, a new fit test must be completed and submitted to CRHC prior to extension being signed by CRHC Optional records that are not mandated at this time but subject to change depending on Federal Regulation: COVID vaccinations� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/089ee27103394ce98b6479a42d36534a/view)
 
Place of Performance
Address: Eagle Butte, SD 57625, USA
Zip Code: 57625
Country: USA
 
Record
SN06475211-F 20220924/220922230117 (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 |
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.