Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2008 FBO #2383
DOCUMENT

R -- BILLING SERVICES FOR COMMUNICATION CIRCUITS - Attachment to Combined Synopsis/Solicitation

Notice Date
6/3/2008
 
Notice Type
Attachment to Combined Synopsis/Solicitation
 
NAICS
541219 — Other Accounting Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Billings Area Office, 2900 4th Avenue North, PO Box 36600, Billings, Montana, 59107
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-08-039-REL
 
Point of Contact
Rita E Langager,, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition procedures pursuant to the authority of FAR Subpart 13.5, Test Program for Certain Commercial Items (10 U.S.C. 2304(g) and 2305 and 41 U.S.C. 253(g) and 253a and 253b). This announcement constitutes the only solicitation; therefore, a written solicitation will not be issued. The Billings Area Indian Health Service (IHS) intends to award a firm fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-08-039-REL. This solicitation is restricted to 100% Small Business concerns. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-25. The associated North American Industry Classification System code is 541219 and the small business size standard is $7.5 million. PRICE SCHEDULE: Offers should be submitted for BASE YEAR: 400 hours @ $____________ per hour = $______________; OPTION YEAR ONE: 400 hours @ $____________ per hour = $______________; OPTION YEAR TWO: 400 hours @ $____________ per hour = $______________; OPTION YEAR THREE: 400 hours @ $____________ per hour = $______________; OPTION YEAR FOUR: 400 hours @ $____________ per hour = $______________. INTRODUCTION: A new Federal program was created in 1996 to bring into parity the costs of urban and rural data communications circuits. This program was designed to reimburse rural health care facilities for the monthly costs incurred in providing data communications from the rural site to another connecting site. The formula for reimbursement was the closest urban city costs subtracted from the rural community costs which amounted to reimbursement to the rural facility. This new program was to be managed by the Rural Health Care Corporation (RHCC), a quasi-Federal agency that required a system of documents to be submitted in a chronological order. The information contained in these forms was of both a technical and demographical nature, requiring interaction between the communications carrier and the health care provider. Soon, the Billings Area Indian Health Service, Office of Information Management, discovered the need for a telecommunications specialist with prior experience with the system and the contracts within the system. Thus, the Indian Health Service has acquired these services previously through purchase orders. The Rural Health Care Division (RHCD), formerly known as the Rural Health Care Corporation (RHCC) was established to administer the Universal Service program for rural health care providers. RHCD is officially referred to as the Rural Health Care Division of USAC. STATEMENT OF WORK: The contractor will be required to: (1) Aid in preparing the initial 465 Form, Description of Services Request, for submission to the RHCD; (2) Upon acceptance of the RHCD, prepare Form 466, Funding Request and Certification; (3) Maintain an orderly, organized folder of all correspondence from and to the RHCD. This requires monthly on-site interaction with the Indian Health Service Telecommunications Specialist at the Billings Area Office; (4) Verbally, and in writing, communicate with the carriers and the RHCD to ensure a timely and efficient flow of documentation; (5) Maintain a log of monies due and collectable by the Billings Area for reimbursement; and (6) Periodically review network for efficiencies with the T1 and 56K circuits. The contractor will be required to (1) inform the Indian Health Service of potential cost savings or price increases; (2) provide recommendations regarding telecommunications circuits; and (3) complete RHCD forms prior to deadlines. PERIOD OF PERFORMANCE: The performance of this contract shall be from October 1, 2008, through September 30, 2009, with four 12 month options. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. PROJECT OFFICER: The project officer shall be responsible for: (1) Monitoring the Contractors technical progress, including surveillance and assessment of performance and recommending technical changes; (2) Interpreting the Statement of Work; (3) Technical evaluation as required; (4) Technical inspections and acceptance; and (5) Assisting the Contractor in the resolution of technical problems encountered during performance of this contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the Project Officer. The Contractor agrees to include the following information on each invoice: (1) Contractors name, address; (2) Contract Number; (3) Invoice number and date; (4) Total amount due; (5) Dates of Service including the actual number of hours worked; and (6) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition. The FAR provision 52.212-1 Instructions to Offerors Commercial Items; and 52.212-3 Offeror Representations and Certifications Commercial Items are incorporated by reference. The provision at 52.212-2 applies to this acquisition and is provided in full text. FAR 52.212-2 EVALUATION – COMMERCIAL ITEMS (JAN 1999): (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 and are included in the relative order of importance: (1) Knowledge of Billings Area telecommunication carriers infrastructure – 40 POINTS; (2) Knowledge of Rural Health Care Division of USAC forms – 40 POINTS; and (3) Past experience processing requests for reimbursement of rural data communications circuits. The offeror must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts/jobs. The offeror must list at least three contracts/jobs and include the following information: (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable; and (8) Administrative Contracting Officer and telephone number, if applicable – 20 POINTS. Technical and past performance, when combined, are approximately equal to 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. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-9, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.202-1, 352-215-1, 352.215-70, 352.223-70, 352.224-70, 352.232-9, 352.270-2, 352.270-3, 352.270-4, 352.270-6, 352.270-7, 352.270-10, and 352.270-19. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.219-6, 52.219-8, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13 and 52.232-33. Upon request, the Contracting Officer will provide full text copies of the FAR and HHSAR provisions and clauses. The provisions and clauses may also be accessed electronically at http://www.arnet.gov and http://www.hhs.gov/oamp/policies/hssar.doc. PROPOSAL SUBMISSION INSTRUCTIONS: The Contractor shall provide evidence of, or submit a written response to, the technical evaluation factors in FAR 52.212-2. In addition, the Contractor shall submit a completed copy of FAR 52.212-3 with its offer. All responsible offerors may submit a proposal, which shall be considered by the Agency. The offeror shall agree to hold the prices firm for 60 days from the date specified for receipt of offers. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Room 304, Billings, Montana 59101, no later than 2:00 p.m., on June 17, 2008. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your company name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=650b013c7f4a6a0616629a3c4a2b5f01&tab=core&_cview=1)
 
Document(s)
Attachment to Combined Synopsis/Solicitation
 
File Name: FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (MAY 2008) that must be completed and submitted with offer. (52.212 3.May2008.doc)
Link: https://www.fbo.gov//utils/view?id=53bc9487e2d1c7b90af05ffac1219a2d
Bytes: 121.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01585940-W 20080605/080603220533-650b013c7f4a6a0616629a3c4a2b5f01 (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 |
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.