Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2010 FBO #3032
SOLICITATION NOTICE

Q -- RENAL NURSE CONSULTANT - FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009)

Notice Date
3/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621399 — Offices of All Other Miscellaneous Health Practitioners
 
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-10-10-032-REL
 
Archive Date
4/10/2010
 
Point of Contact
Rita E Langager, Phone: 406.247.7293
 
E-Mail Address
rita.langager@ihs.gov
(rita.langager@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (AUG 2009) that must be completed and submitted with the offer. 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 Part 13, Simplified Acquisition Procedures, FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), and FAR Subpart 37.4, Nonpersonal Health Care Services (10 U.S.C. 2304 and 41 U.S.C. 253). 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 fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-10-032-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 2005-38. The associated North American Industry Classification System code is 621399 and the small business size standard is $7.0 million. Offerors are requested to propose an all inclusive hourly rate when submitting an offer. PRICE SCHEDULE - SPECIAL DIABETES PROGRAMS FOR INDIANS (SDPI) CHRONIC KIDNEY DISEASE (CKD) PROJECT NURSE: Renal Nurse Consultant: 750 hours @ $____________________ per hour = $_________________________. PURPOSE OF THE CONTRACT: The purpose of this contract is to acquire a Renal Nurse Consultant for the assessment of current Chronic Kidney Disease (CKD) screening and care practices, referral practices and subsequent care at the following Indian Health Service (IHS) facilities: Blackfeet Service Unit, Browning, Montana; Crow Service Unit, Crow Agency, Montana; Fort Belknap Service Unit, Harlem, Montana; Northern Cheyenne Service Unit, Lame Deer, Montana; and Wind River Service Unit, Fort Washakie, Wyoming. SCOPE OF WORK: The outcomes of the project will be: (1) An onsite assessment and evaluation of current status of CKD, with written outcome report at each Service Unit; and (2) Onsite presentation at each Service Unit of assessment outcome to clinical leadership; to include presentation/teaching to clinical staff on detailed processes of how to initiate, staff and evaluate CKD screening and care. To include utilization of EHR and acceptable coding practices for CKD screening, diagnosis, treatment and referral of patients. The Contractor will provide specialized evaluation of the current state of CKD assessment and care at each IHS Service Unit. The Contractor will provide in detail the assessment of the current state of CKD and subsequent program development and evaluation for CKD. The consultant will work on-site at each IHS Service Unit for primary assessments. The consultant will also work off-site while analyzing and structuring outcome reports and preparing presentations. The Billings Area Office will also be an occasional site for consultant to utilize when generating outcome reports. DELIVERABLES: The consultant will provide the following deliverables: (1) Evaluate current CKD at the Blackfeet Service Unit, Browning, Montana; Crow Service Unit, Crow Agency, Montana; Fort Belknap Service Unit, Harlem, Montana; Northern Cheyenne Service Unit, Lame Deer, Montana; and Wind River Service Unit, Fort Washakie, Wyoming. (2) Present evaluation outcomes with recommendations on CKD to each Service Unit. (3) Explore contacts with nephrologists with the potential to be a viable resource for the project site that includes telemedicine opportunities. QUALIFICATIONS: The consultant will have the following professional experience. (1) Current registered nursing license; (2) Documented work experience within the Billings Area in the area of renal care; (3) Documented history of specialized training in nephrology; and (4) CKD patient case management. PERIOD OF PERFORMANCE: The Contractor will provide up to 750 hours of services from April 1, 2010, through December 31, 2010. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide any necessary equipment and supplies for the on-site services. The Service Units will be responsible for getting the Contractor access and clearance to all computer services necessary to carry out his/her duties. COMPUTER SECURITY: All Federal agencies are required by the Federal Information Security Management Act of 2002 (FISMA) to complete a course in Computer Security Awareness Training (CSAT). Within HHS, there is a requirement for this training to be completed annually by all employees including all contractors, volunteers, students, summer externs, etcetera. SPECIAL CONTRACT REQUIREMENTS: Contractors cannot serve as expert witnesses in any suit against the Federal Government. Many of the IHS patients receiving services may only speak a native language and/or reside on a Native American Reservation; therefore, the Contractor must demonstrate sensitivity to cross-cultural and language differences. 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 Carol Strasheim, Area Diabetes Consultant, Billings Area Indian Health Service, P.O. Box 36600, Billings, Montana 59107. Partial payments may be made on a bi-weekly basis. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, address; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service, including the 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. PRO-CHILDREN ACT OF 1994: The Contractor certifies that it will comply with the provisions of Public Law 103-227, Pro-Children Act of 1994, which imposes restrictions on smoking where federally funded children's services are provided. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings Area. Public Law (P.L.) 101-630, Indian Child Protection and Family Violence Prevention Act and P.L. 101-647, Crime Control Act of 1990, require the IHS to conduct a character and criminal history background investigation on all contractors performing services in IHS facilities. The character and background investigations will be conducted by the Administrative Officers at the Service Units. 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: (1) Registered Nursing License = 35 POINTS (Potential contractors must submit a copy of State license with the offer); (2) Resume = 35 POINTS (Potential contractors must submit a copy of resume with the offer. Resumes must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs); and (3) Past Performance = 30 POINTS. 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. Technical and past performance, when combined, are considered approximately equal. (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, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-18, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.245-1, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.223-70, 352.224-70, 352.227-70, 352.231-71, 352.237-70, 352.237-71, 352.237-72, 352.239-73, 352.242-71, 352.242-72, 352.242-73, 352.270-2, and 352.270-3. 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, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 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 https://www.acquisition.gov/ and http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=aa2330da1ac8bf92ad0416cc28ca8a3b&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. CONTRACTORS INTENDING TO CONDUCT BUSINESS WITH THE FEDERAL GOVERNMENT MUST REGISTER WITH THE DEPARTMENT OF DEFENSE CENTRAL CONTRACTOR REGISTRATION (CCR) DATABASE. THE CCR IS THE PRIMARY GOVERNMENT REPOSITORY, WHICH RETAINS INFORMATION ON GOVERNMENT CONTRACTORS. YOU MAY REGISTER VIA THE INTERNET AT HTTPS://WWW.BPN.GOV/CCR/DEFAULT.ASPX OR BY CALLING (888) 227-2423. 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. 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 March 26, 2010. 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. ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFQ. In addition, it must contain a statement to the effect that it is firm for a period of at least 90 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-10-032-REL/listing.html)
 
Record
SN02091159-W 20100314/100312235711-1de4b25669bf080dc725508447f23167 (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.