Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 23, 2010 FBO #3255
SOLICITATION NOTICE

Q -- Respiratory Home Care Services at the Rosebud IHS Hospital in Rosebud, SD - Quality Assurance Monitors - SF 33 - Ethics Policies - Requirements Clauses - Licensure Requirement Form, Temporary Provisional of Character Investigation, OF 306, Addendum to OF 306 - 52.212-3 Offeror Representations and Certifications - 52.212-5 Contract Terms and Conditions - Business Associate Agreement - Clauses Incorporated by Reference & in Full Text

Notice Date
10/21/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621610 — Home Health Care Services
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Aberdeen Area Office, Federal Building, 115 4th Avenue SE, Aberdeen, South Dakota, 57401
 
ZIP Code
57401
 
Solicitation Number
RFP-11-07
 
Archive Date
11/20/2010
 
Point of Contact
Courtney J. Davis, Phone: 6052267241, Carol A Diaz, Phone: 605.226.7567
 
E-Mail Address
courtney.davis@ihs.gov, carol.diaz@ihs.gov
(courtney.davis@ihs.gov, carol.diaz@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Clauses Incorporated by Reference & in Full Text Business Associate Agreement 52.212-5 Contract Terms and Conditions 52.212-3 Offeror Representations and Certifications Licensure Requirement Form, Temporary Provisional of Character Investigation, OF 306, Addendum to OF 306 Requirements Clauses Ethics Policies SF 33 Quality Assurance Monitors 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 Programs for Certain Commercial Items (10 U.S.C. 2304(g) & 2305 & 41 U.S.C. 253(g) & 253a & 253b), FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)), & FAR Subpart 37.4, Non-personal 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 Aberdeen Area Indian Health Service (IHS) intends to award a firm-fixed price requirements type contract in accordance with the Request for Proposal (RFP) 11-07, for Respiratory Home Care Services for the Rosebud IHS Hospital in Rosebud, South Dakota. The solicitation is issued as a 100% Small Business set-aside. The solicitation documents & incorporated provisions & clauses are those in effect through Federal Acquisition Circular 2005-43. The associated North American Industry Classification System code is 621610 and the small business size standard is $13.5 million. PRICE SCHEDULE: RESPIRATORY HOME CARE SERVICES: the quoted pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this contract. Federal Government Holidays, weekends and overtime are included in the base price. The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to starting performance through a delivery order or task order. Orders may be submitted electronically, facsimile or hard copy. Contractor's agreement is hereby incorporated by reference as part of this Requirements Contract. In the event of conflict between any terms of the agreement and the Requirements Contract, applicable federal laws and statutes will prevail. Please complete the following pricing schedule utilizing your most competitive and reasonable rates which the IHS will use to the "Best Value" to the government. The quantities of supplies or services specified in the Schedule are estimates only. 1. BASE YEAR (Date of Award through 9/30/ 2011) OXYGEN CONCENTRATORS (rental): 432 concentrators @ $_________________ per concentrator CPAP MACHINES (rental): 216 machines @ $_________________ per machine BIPAP MACHINES (rental): 84 machines @ $_________________ per machine PORTABLE O2 (rental): 60 O2's @ $________________ per O2 TRANSFILL UNIT (purchase): 132 units @ $ _________________ per unit HEATED HUMIDIFIER (purchase): 12 humidifiers @ $________________ per humidifier HEATED HUMIDIFIER (rental): 60 humidifiers @ $________________ per humidifier NEBULIZERS (purchase): 12 nebulizers @ $________________ per nebulizer CPAP/BiPAP SUPPLIES: FACE MASK (purchase): 24 masks @ $_________________ per mask HEADGEAR (purchase): 24 headgear @ $_______________ per headgear TUBING (purchase): 24 tubings @ $________________ per tubing NON-DISPOSABLE FILTER (purchase): 24 filters @ $__________________ per filter MONTHLY SERVICE FEE FOR GOVERNMENT EQUIPMENT CPAP/BiPAP: 120 fees @ $____________________ per fee 2. OPTION YEAR ONE (10/1/2011 through 9/30/2012) OXYGEN CONCENTRATORS (rental): 432 concentrators @ $_________________ per concentrator CPAP MACHINES (rental): 216 machines @ $_________________ per machine BIPAP MACHINES (rental): 84 machines @ $_________________ per machine PORTABLE O2 (rental): 60 O2's @ $________________ per O2 TRANSFILL UNIT (purchase): 132 units @ $ _________________ per unit HEATED HUMIDIFIER (purchase): 12 humidifiers @ $________________ per humidifier HEATED HUMIDIFIER (rental): 60 humidifiers @ $________________ per humidifier NEBULIZERS (purchase): 12 nebulizers @ $________________ per nebulizer CPAP/BiPAP SUPPLIES: FACE MASK (purchase): 24 masks @ $_________________ per mask HEADGEAR (purchase): 24 headgear @ $_______________ per headgear TUBING (purchase): 24 tubings @ $________________ per tubing NON-DISPOSABLE FILTER (purchase): 24 filters @ $__________________ per filter MONTHLY SERVICE FEE FOR GOVERNMENT EQUIPMENT CPAP/BiPAP: 120 fees @ $____________________ per fee 3. OPTION YEAR TWO (10/1/2012 through 9/30/2013) OXYGEN CONCENTRATORS (rental): 456 concentrators @ $_________________ per concentrator CPAP MACHINES (rental): 240 machines @ $_________________ per machine BIPAP MACHINES (rental): 96 machines @ $_________________ per machine PORTABLE O2 (rental): 84 O2's @ $________________ per O2 TRANSFILL UNIT (purchase): 132 units @ $ _________________ per unit HEATED HUMIDIFIER (purchase): 12 humidifiers @ $________________ per humidifier HEATED HUMIDIFIER (rental): 60 humidifiers @ $________________ per humidifier NEBULIZERS (purchase): 12 nebulizers @ $________________ per nebulizer CPAP/BiPAP SUPPLIES: FACE MASK (purchase): 24 masks @ $_________________ per mask HEADGEAR (purchase): 24 headgear @ $_______________ per headgear TUBING (purchase): 24 tubings @ $________________ per tubing NON-DISPOSABLE FILTER (purchase): 24 filters @ $__________________ per filter MONTHLY SERVICE FEE FOR GOVERNMENT EQUIPMENT CPAP/BiPAP: 180 fees @ $____________________ per fee 4. OPTION YEAR THREE (10/1/2013 through 9/30/2014) OXYGEN CONCENTRATORS (rental): 456 concentrators @ $_________________ per concentrator CPAP MACHINES (rental): 240 machines @ $_________________ per machine BIPAP MACHINES (rental): 96 machines @ $_________________ per machine PORTABLE O2 (rental): 84 O2's @ $________________ per O2 TRANSFILL UNIT (purchase): 132 units @ $ _________________ per unit HEATED HUMIDIFIER (purchase): 12 humidifiers @ $________________ per humidifier HEATED HUMIDIFIER (rental): 60 humidifiers @ $________________ per humidifier NEBULIZERS (purchase): 12 nebulizers @ $________________ per nebulizer CPAP/BiPAP SUPPLIES: FACE MASK (purchase): 24 masks @ $_________________ per mask HEADGEAR (purchase): 24 headgear @ $_______________ per headgear TUBING (purchase): 24 tubings @ $________________ per tubing NON-DISPOSABLE FILTER (purchase): 24 filters @ $__________________ per filter MONTHLY SERVICE FEE FOR GOVERNMENT EQUIPMENT CPAP/BiPAP: 180 fees @ $____________________ per fee 5. OPTION YEAR FOUR (10/1/2014 through 9/30/2015) OXYGEN CONCENTRATORS (rental): 504 concentrators @ $_________________ per concentrator CPAP MACHINES (rental): 120 machines @ $_________________ per machine BIPAP MACHINES (rental): 48 machines @ $_________________ per machine PORTABLE O2 (rental): 120 O2's @ $________________ per O2 TRANSFILL UNIT (purchase): 180 units @ $ _________________ per unit HEATED HUMIDIFIER (purchase): 12 humidifiers @ $________________ per humidifier HEATED HUMIDIFIER (rental): 60 humidifiers @ $________________ per humidifier NEBULIZERS (purchase): 12 nebulizers @ $________________ per nebulizer CPAP/BiPAP SUPPLIES: FACE MASK (purchase): 24 masks @ $_________________ per mask HEADGEAR (purchase): 24 headgear @ $_______________ per headgear TUBING (purchase): 24 tubings @ 4________________ per tubing NON-DISPOSABLE FILTER (purchase): 24 filters @ $__________________ per filter MONTHLY SERVICE FEE FOR GOVERNMENT EQUIPMENT CPAP/BiPAP: 360 fees @ $____________________ per fee PURPOSE OF THE CONTRACT: The mission of the Rosebud Comprehensive Health Care Facility (RCHCF) is to provide the best possible care to the Native American population on the Rosebud Indian Reservation, in South Central South Dakota. To meet our mission the RCHCF requires contractor support to provide oxygen, CPAP, BiPAP, nebulizers and other respiratory home care services, for patients who do not have alternate health resources for payment. The RCHCF will not pay co-payments for patients who have alternate resources. Patients must meet the criteria for home oxygen in accordance with the Medicare Oxygen Coverage Guidelines. The RCHCF at times receives new home respiratory equipment through an intergovernmental transfer. Services for these patients will be provided by this contract. The contract resulting from this solicitation shall: 1. Provide all equipment, supplies and services as agreed upon in the contract. STATEMENT OF WORK: 1) The Contractor will deliver supplies and/or equipment once a prescription has been received from a RCHCF Medical Provider. Will deliver to the patient's place of residence or to the medical facility in the event the patient needs oxygen to use in route to their place of residence. 2) The contractor will set up the equipment and instruct the patient, and/or family if indicated, on how to use the equipment and/or supplies. 3) The contractor will give the patient, and/or family if indicated a phone number and address where the contractor can be reached for emergency services. 4) The contractor will replace oxygen tanks/supplies, CPAP/BiPAP equipment and supplies as needed. 5) The contractor will repair and replace any equipment/supplies as needed and appropriate. 6) The contractor will submit monthly reports/invoices to the RCHCF staff person designated no later than the 15th day of each month. Reports shall include, minimally, patients currently on the contract, date of initial service, units of equipment and/or supplies distributed and the price per unit. 7) The contractor will notify the Project Officer when problems arise. 8) The contractor will notify the Project Officer when they are aware that a patient becomes eligible for alternate health resources and can be removed from the contract. 9) The contractor will follow all Medicare guidelines for establishing the lengths of time equipment is rented and when equipment is owned. 10) The contractor will provide services for new equipment that the RCHCF has provided for patients on an agreed upon fee. The RCHCF at times receives new equipment through an intergovernmental transfer of new equipment. The contractor will provide as part of this contract, the following services: a. Home oxygen equipment and supplies including: oxygen concentrators, portable oxygen, oxygen regulators, CPAP and BiPAP machines, masks, headgear, tubing, humidifiers, and nebulizers. b. Be responsible for confidentiality as prescribed by the Federal Privacy Act and current HIPAA regulations. PERIOD OF PERFORMANCE: Performance of the contract(s) shall be from Date of Award through September 30, 2011, plus four (4) one-year options. Contractor must provide 24 hours a day/7 days a week coverage, including Federal Government holidays. Federal Government holidays are: • Columbus Day • Veterans Day • Thanksgiving Day • Christmas Day • New Year's Day • Martin Luther King, Jr. Day • Washington's Birthday • Memorial Day • Independence Day • Labor Day 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. COMPUTER SECURITY: Pursuant to the Federal Information Security Management Act of 2002 (FISMA), the contractor will be required to complete a course in Computer Security Awareness Training (CSAT). This training must be completed annually by all employees including contractors, volunteers, students, and summer externs. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201, "Personal Identity Verification of Federal Employees and Contractors," and the associated Office of Management and Budget (OMB) implementation guidance for personal identity verification for all affected contractor and subcontractor personnel. QUALITY ASSURANCE: A Contractors Performance Requirements Package (regarding Home Respiratory Services) which lists contractual expectations will be used to periodically review and evaluate the contractor's progress. The Clinical Director, Project Officer and the Medical Staff will review the quality assurance monitors on a quarterly basis. GOVERNMENT FURNISHED PROPERTY, FACILITIES AND SERVICES: 1. The RCHCF will provide prescriptions, patient referrals and patient information required for the vendor to communicate with and provide equipment and supplies for each patient. 2. The RCHCF Project Officer shall receive the monthly statements, review them for accuracy and submit to Contracting as soon as possible after receipt. 3. The RCHCF shall notify the contractor when they become aware that a patient is eligible for alternate health resources and can be removed from the contract. 4. The RCHCF shall work with the contractor to assist in transitioning patients from the contract to an alternate payment resource by providing any necessary information such as medical testing, new prescriptions, etc. 5. The RCHCF will follow Medicare guidelines in determining initial and continuing patient need for equipment, supplies and services. 6. The RCHCF will notify the Contractor as soon as they are aware of any problems related to this agreement. 7. The RCHCF at times receives new equipment through an intergovernmental transfer of new equipment. The RCHCF will negotiate a service fee for this equipment with the Contractor. 8. The RCHCF will follow Medicare guidelines in determining the length of time equipment is rented and when it is owned by the RCHCF. CONTRACTOR FURNISHED EQUIPMENT: Home Oxygen equipment and supplies including: Nebulizers, home oxygen & supplies, CPAP, BiPAP, VPAP equipment and supplies. CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. 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. CHILDCARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI): A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Aberdeen 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 IHS Personnel Office will conduct the character and background investigations. PROJECT OFFICER: The person identified below is herby designated as the Project Officer for this contract. 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. Project Officer: Elizabeth Wilson Rosebud Service Unit PO Box 400 Rosebud, SD 57570 INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its original invoice to the Aberdeen Area Indian Health Service, Financial Management branch, 115 4th Avenue SE, Aberdeen SD 57401 and a copy to the Project Officer at the Rosebud Service Unit listed above. The Contractor agrees to include the following information on each invoice. (1) Contractors name, address; (2) Contract Number (entire contract number must be included); (3) Invoice number and date; (4) Cost or price; (5) Dates of Service including the number of hours worked; and (6) Remit to address. The Aberdeen Area Financial Management Branch, 115 4th Avenue SE, Aberdeen, SD 57401, shall make payment. Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including below. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). Quotes shall be submitted on company letterhead stationery. Signed and dated. And it shall include: 1. Solicitation number 2. Closing Date: November 5, 2010 at 3:00 pm CST 3. Name, address and telephone number of company and email address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of 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 from mailing address 8. A completed copy of the representations and certifications at FAR 52.212-3 9. Acknowledgment of Solicitation Amendments (if any 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 numbers, points of contact with telephone numbers and other relevant information). FAR 52.212-2, Evaluation-Commercial Items (January 1999). The provision at 52.212-2 applies to this acquisition and is provided in full text. (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 CONTRACTOR SHALL PROVIDE EVIDENCE OF, OR SUBMIT A WRITTEN RESPONSE TO, THE FOLLOWING TECHNICAL EVALUATION FACTORS: The following factors shall be used to evaluate offers: (1) Contractor is able to respond to emergency medical requests for home respiratory equipment & supplies for in-home set ups = 40 points. (2) Equipment and supplies meet Medicare standards. Service contract agreement meets criteria for Medicare servicing, evaluation of patient's need for equipment and ‘lease to own' guidelines = 40 points. (3) Contractor is capable of providing continuous in-home services for the RCHCF service delivery area = 20 points. The Indian Health Service will make a separate determination of price reasonableness. The primary consideration in evaluating this criterion is which offeror can perform the task in a manner most advantageous to the government. Under best value principles, there is no requirement that a task order be awarded on the basis of lowest proposed cost. The award primarily on the basis of estimated costs may encourage the submission of unrealistically low estimates and increase the likelihood of cost overruns. Estimated costs must be reasonable for the tasks to be performed. If consideration is narrowed to choosing among proposals with approximately equal technical criteria as determined by the technical evaluation, cost information can become the determining criteria. Technical Criteria will be 70% and cost will be 30% determining factors for this award. (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 options(s). (c) A written notice of award of acceptance 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. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2009). See attachment for full text and instructions for completion. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010), applies to this acquisition and is incorporated by reference. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2010). See attachment for full text. In addition, Contractors shall provide the following: 1. Signed SF 33. 2. Complete and sign Licensure Requirement (if applicable); provide a copy of current license. 3. Complete and sign Agreement to a temporary provisional of character investigations (for government contractors only). 4. Complete and sign the Declaration for Federal Employment - Optional Form 306. 5. Complete and sign Addendum to Declaration for Federal Employment (OF306). 6. Copy of malpractice insurance (if applicable). Submit quote to: Aberdeen Area Indian Health Service Attn: Courtney Davis, Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email courtney.davis@ihs.gov ACCEPTANCE PERIOD: Your proposal must stipulate that it is predicated upon all the terms and conditions of this RFP. In addition, it must contain a statement to the effect that it is firm for a period of at least 60 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFP-11-07/listing.html)
 
Place of Performance
Address: Rosebud IHS Hospital, Rosebud, South Dakota, 57401, United States
Zip Code: 57401
 
Record
SN02314743-W 20101023/101021234101-7502cd227e42b1b436452e9450c74aae (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.