United States - Mid-Level Providers/Outpatient

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
12 June 2019
Opportunity publication date
30 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 29, 2019 5:48 pm

(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 Streamlining Act of 1994) (P.L. 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 Cheyenne River Health Center intends to award a firm fixed-price, non-personal service, commercial, IDIQ contract in response to Request for Quote CRHC-19-20, Small Business Set-Aside. The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to starting performance through a task order. Order maybe submitted electronically, facsimile, or hard copy.

(ii) This Request for Quotation (RFQ) is being issued via solicitation number CRHC-19-20.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-01, dated 01/22/2019

(iv) This RFQ is issued as a total Small Business set-aside and the associated NAICS code is 621111, with a Small Business size standard of $11M. Non-Small Business offerors will not be considered for the award.

(v) 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, etc..., plus all other costs pertinent to the performance of this contract.

1. Base Yr: 7/1/2019 - 6/30/2020, 2,080 hrs x $_____/hr = $______
2. OY1: 7/1/2020 - 6/30/2021, 2,080 hrs x $_____/hr = $______
3. OY2: 7/1/2021 - 6/30/2022, 2,080 hrs x $_____/hr = $______
4. OY3: 7/1/2022 - 6/30/2023, 2,080 hrs x $_____/hr = $______
5. OY4: 7/1/2023 - 6/30/2024, 2,080 hrs x $_____/hr = $______
Total Amount for the base plus all four option years $_________

(vi) Description of Services: (Please see the Performance Work Statement Attachment). This is for a Firm Fixed Price, Non-Personal Healthcare Service, IDIQ contract for up to 2 Mid-Level Providers, to perform services for the Outpatient Department, at the IHS/Cheyenne River Health Center located in Eagle Butte, South Dakota.

(vii) The period of performance will include one base year, plus the option to exercise four (4) option years. Delivery and acceptance terms for this order are FOB Designation. Performance address is: Cheyenne River Health Center, 24276 166th Street, Airport Road, Eagle Butte, South Dakota 57625. Base Yr: 7/1/2019 - 6/30/2020, OY1: 7/1/2020 - 6/30/2021, OY2: 7/1/2021 - 6/30/2022, OY3: 7/1/2022 - 6/30/2023 & OY4: 7/1/2023 - 6/30/2024.

(viii) The provision at 52.212-1, Instructions to Offerors - Commercial Items (Oct
2018), applies to this acquisition. Quotes shall be submitted on company letterhead stationary, signed and dated; it shall include, at a minimum;
1. Solicitation number CRHC-19-20
2. Closing Date: June 11, 2019 at 2:00pm 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.
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
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
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, Contractor shall provide the following:
1. Current CV/Resume of candidate(s), which should show the ability to meet qualifications and requirements of the performance work statement.
2. Complete and signed Agreement of Temporary Provisional Waiver of character investigation.
3. Complete and sign Declaration for Federal Employment - Option Form 306
4. Complete and sign Addendum to Declaration for Federal Employment -OF306
5. Statement of understanding & Release of Information
6. Complete and sign Licensure Requirement Form.
7. Copy of Malpractice insurance coverage.
8. Copy of Board Certifications
9. Copy of active, current full and unrestricted license to practice
10. Copy of Diplomas/Specialty Certification
11. Copy of Continue Education
12. Name and hon number of two(2) current professional references for each candidate
(ix) 52.212-2 Evaluation - Commercial Items, The government will award a contract resulting from this solicitation to the responsible offeror(s) 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 evaluation offers.
1) Problem and Approach
2) Past Performance
3) Key Personnel
4) Management
Technical and past performance, when combined, are significantly more important than 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.

(x) Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items (Oct 2018), with its offer. The offeror shall complete only paragraphs (b) of the provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site located at http://www.sam.gov

(xi) The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition.

(xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders -- Commercial Items (May 2019) - See attachment for full text.

(xiii) The following additional contract requirement(s) and terms and conditions are determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices (i.e. HHSAR, Business Associate Agreement, Ethics, SCA) - See attachments for full text.

(xiv) N/A

(xv) Questions are due on June 6, 2019 by 2:00 PM MST. Email questions to Stephanie.RedElk@ihs.gov.
Proposals are due by 2:00 PM MST on June 12, 2019. Email: Stephanie.RedElk@ihs.gov. Fax: 605-964-7737. Offeror must confirm the receipt of the proposal by IHS.

(xvi) Point Of Contacts: Stephanie Red Elk, Purchasing Agent, Stephanie.RedElk@ihs.gov, 605-964-0507, or Danielle Chasing Hawk, Contracting Officer, Danielle.ChasingHawk@ihs.gov, 605-964-0693.

(xvii) Contract will need a DUNS number, TIN number, and be active & registered in SAM at www.sam.gov.
Security Clearance -- A security pre-clearance must be performed for any employee referred to IHS though this contract.
Fingerprints must be completed and adjudicated prior to services being performed. After acceptance of candidate by the government, fingerprint cards and clearance documents must be submitted to the government no later than 10 days after requested. 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.
The IHS/Cheyenne River Health Center 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. If eQIP is required under this contractor, proper submission of the eQIP entry to the Office of Personnel Management (OPM) is required prior to the individual being allowed to performance services under this contract.
In addition, 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, 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 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 contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s).

Opportunity closing date
12 June 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Health and Human Services Aberdeen Area Office United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?