SOLICITATION NOTICE
Q -- Ear, Nose & Throat Services for Winnebago IHS Hospital (RFQ-11-052) - FAR Clause 52,212-4 - Statement of Work - ENT - FAR Clause 52,212-3 - FAR Clause 52,252-1 - FAR Clause 52,212-2 - FAR Clause 52,212-5 - Price Schedule
- Notice Date
- 11/26/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 621111
— Offices of Physicians (except Mental Health Specialists)
- 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
- RFQ-11-052
- Archive Date
- 1/26/2011
- Point of Contact
- Craig J. Wells, Phone: 6052267333, Deana Long, Phone: 605-226-7240
- E-Mail Address
-
craig.wells@ihs.gov, deana.long@ihs.gov
(craig.wells@ihs.gov, deana.long@ihs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Price Schedule FAR Clause 52,212-5 FAR Clause 52,212-2 FAR Clause 52,252-1 FAR Clause 52,212-3 Statement of Work for Ear, Nose, and Throat Services FAR Clause 52,212-4 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) & 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 37.4. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Aberdeen Area Indian Health Service (IHS) intends to award a firm fixed-price, non-personal service, commercial item contract in response to Request for Quote (RFQ) RFQ-11-052. This solicitation is a Small Business Set aside. 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 621111 and the Small Business size standard is $10.0 million. Security pre-clearance must be performed for any employees referred to IHS through this contract. Also, No contract award shall be made to any vendor or provider listed on the OIG Exclusion List http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the contractor to notify the Acquisition Official if there is a change in provider. Fingerprints must be completed and adjudicated prior to services being performed under this contract. PURPOSE OF CONTRACT: See attached Statement of Work. Location is at the Winnebago IHS Hospital, Hwy 75/77 Winnebago, Nebraska 68071 or PO Box H Winnebago, Nebraska 68071 PRICE SCHEDULE: Ear, Nose, and Throat (Otolaryngology) Services- the quoted unit pricing must be an all inclusive cost (to include but not be limited to transportation, food, lodging, per diem, and fringe benefits). The contractor is responsible for all associated costs for the Ear, Nose, and Throat (Otolaryngology) Services. This contract is for a base year plus four (4) one-year option years. 1. Complete attached Price Schedule. Attached are the Federal Acquisition Regulations (FAR) and the Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following: FAR 52.212-1 - Instructions to Offerors - Commercial Items (June 2008): Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include: 1. Solicitation number 2. Closing date of December 14, 2010 at 12:00pm CST 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, including price schedule 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; 10. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. FAR 52.212-2 - Evaluation - Commercial Items (January 1999): A. Problem and Approach 40 points Evaluation of these criteria will assess the offeror's overall understanding of the complexity and logistical requirements associated with the provision of otolaryngology services at the Winnebago PHS Indian Hospital and the offeror's ability to successfully manage such project. This criterion will be evaluated based upon the offeror adequately addressing each of the following elements and including sufficiently detailed information to allow a complete analysis of the offeror's technical capabilities and responsibility: 1.Understanding of the problems and issues in delivering specialty care in a small rural Indian Health Service facility. 2. Understanding of the complexity and logistical requirements of the project. 3. Possession of necessary organization, experience, and technical skills to perform the work. 4. A detailed work plan shall be submitted indicating how each aspect of the Statement of Work is to be accomplished. The technical approach should be in as much detail necessary to fully explain the proposal technical approach or methodology. Particular attention should be directed toward the scheduling of manpower and problems to be overcome. 5. Ability to enhance continuity and follow up care. 6. Ability to meet IHS credentialing requirements. 7. Ability to satisfy Winnebago Service Unit patient documentation and reporting requirements. 8. A plan to invoice for payment shall be submitted. B. Past Performance and Experience 40 points The Past Performance and Experience evaluation factor will assess the relevance and breadth of the offeror's experience and the quality of the offeror's past performance on contracts consistent in scope and complexity of Winnebago IHS requirements for otolaryngology services. The Past Performance and Experience evaluation factor will assess the relevance and breadth of the offeror's experience and the quality of the offeror's past performance on contracts consistent in scope and complexity with the Winnebago Service Unit's requirement for otolaryngology services. 1. The technical proposal must include a listing of other primary care physician services contracts and subcontracts, Government and/or commercial, awarded to the offeror for practice situations serving rural, isolated locations. The contracts must contain the same type of primary care physician requirements outlined in the Statement of Work. The offeror must include the following information for each contract and subcontract. a. Name of contracting activity b. Contract number c. Contract type d. Total contract value e. Description of contract work f. Contracting officer and telephone number g. Program manager and telephone number h. Government project officer and telephone number i. List of major subcontractors 2. The offeror must demonstrate its record of successful performance in past contracts and subcontracts, Government and/or commercial. Each offeror will be evaluated on its performance under existing and prior contracts and subcontracts for similar services. The offeror shall include the following past performance information: a. Identify the one contract, which you consider to be the most successful, and the reasons for this determination. b. Evidence of timely and acceptable contract performance on similar otolaryngology service projects. c. Evidence indicating customer satisfaction for similar services outlined in the Statement of Work. d. Evidence of concern for cost control and budgetary considerations. C. Key Personnel 20 points This factor will be evaluated on the basis of the key personnel readily available for assignment to the project. The proposal shall identify key personnel who have relevant experience in performing the tasks required of this solicitation in other projects that are similar in function, scope, and complexity to the Winnebago's otolaryngology needs. The offeror must provide a staffing plan to provide the availability of qualified and experienced staff to assure the requirements of the Statement of Work are met in a timely manner. The offeror shall specify the extent to which staff will participate in contract performance. Curriculum vitae or resumes of key personnel that will be directly involved in contract performance shall be included in the proposal. C.V.'s or resumes must demonstrate that the offeror has the personnel with the necessary knowledge and experience to perform the tasks outlined in the Statement of Work. FAR 52.212-2 - Evaluation - Commercial Items (January 1999) - See attachment for full text FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (August 2009) - See attachment for full text and instruction for completion. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (June 2010) - See attachment; in by reference FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (October 2010) - See attachment for full text. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable : FAR 52.204-4, 52.204-7, 52.204-9, 52.212-4, 52.212-5 with Alternate I, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.229-3, 52.232-18, 52.232-19, 52.233-4, 52.237-2, 52.237-3, 52.239-1, 52.242-15, 52.242-17, 52.243-1, 52.245-1, 52.249-2, 52.249-8; HHSAR 352.202-1, 352.215-1, 352.212-70, 352.223-70, 352.232-9. 352.270-2, 352.270-3, 352.270-4, 352.270-6, & 352.270-7. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.204-6 with Alternate I, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-13, & 52.232-33. The provisions and clauses may be accessed electronically at http://acquisition.gov/far/index.html and http://www.hhs.gov/oamp/dap/hhsar.html
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-11-052/listing.html)
- Place of Performance
- Address: Location is at the Winnebago IHS Hospital, Hwy 75/77 Winnebago, Nebraska 68071 or PO Box H Winnebago, Nebraska 68071, Winnebago, Nebraska, 68071, United States
- Zip Code: 68071
- Zip Code: 68071
- Record
- SN02334181-W 20101128/101126233246-f07b914700a5370175d3d8a86dabc518 (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 |