Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
MODIFICATION

Q -- Orthopedic Surgeon Services

Notice Date
5/30/2012
 
Notice Type
Modification/Amendment
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Phoenix Area Office, 40 N Central Avenue, Phoenix, Arizona, 85004-4424
 
ZIP Code
85004-4424
 
Solicitation Number
HHS-12-247-SOL-00041
 
Point of Contact
Annette Moody, Phone: 602-364-5015, Verna M Kuwanhoyioma, Phone: (602) 364-5021
 
E-Mail Address
annette.moody@ihs.gov, verna.kuwanhoyioma@ihs.gov
(annette.moody@ihs.gov, verna.kuwanhoyioma@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THE PURPOSE OF THIS MODIFICATION IS TO AMEND THE SECURITY CLEARANCE REQUIREMENT: THE VERBIAGE IS CHANGED FROM: PRE-SECURITY CLEARANCE REQUIREMENT THE CONTRACTOR IS RESPONSIBLE FOR SECURITY CLEARANCE OF THE CANDIDATE SELECTED TO PERFORM SERVICES AT THE INDIAN HEALTH SERVICE FACILITIES PRIOR TO THE CANDIDATE'S ARRIVAL AT THE RESPECTIVE SITE FOR THE PROVISION OF SERVICES. THE PROCESS SHALL INCLUDE A FINGERPRINT CHECK OF THE CANDIDATE SELECTED AND A SCREEN CHECK OF CANDIDATE THROUGH THE OFFICE OF INSPECTOR GENERAL'S EXCLUSION LIST AT HTTP://EXCLUSIONS.OIG.HHS.GOV/. DOCUMENTED EVIDENCE OF THE CLEARANCES SHALL BE PROVIDED TO THE CONTRACTING OFFICER AT THE PHOENIX AREA INDIAN HEALTH SERVICE, TWO RENAISSANCE SQUARE, 40 N CENTRAL AVENUE, PHOENIX, ARIZONA 85004. THIS MAY ALSO BE DONE BY THE INDIAN HEALTH SERVICE HUMAN RESOURCE OFFICE. THE VERBIAGE IS CHANGED TO: PRE-SECURITY CLEARANCE REQUIREMENT CONTRACTOR SHALL UNDERGO IHS MANDATED SECURITY CLEARANCE PRIOR TO COMMENCEMENT OF WORK ON-SITE AT THE WHITE RIVER SERVICE UNIT FACILITIES; THE SECURITY PRE-CLEARANCE REQUIREMENT MUST BE ADHERE TO. THE SECURITY PRE-CLEARANCE PROCESS INCLUDES A FINGERPRINT CHECK AND A SCREEN CHECK OF PHYSICIAN THROUGH THE OFFICE OF THE INSPECTOR GENERAL'S EXCLUSION LIST AT HTTP://EXCLUSIONS.OIG.HHS.GOV/. DOCUMENTED EVIDENCE OF THE CLEARANCES SHALL BE PROVIDED TO THE CHIEF CONTRACTING OFFICER AT THE PHOENIX AREA INDIAN HEALTH SERVICE, 40 NORTH CENTRAL AVENUE, PHOENIX, AZ 85004. a. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. b. Solicitation No. HHS-12-247-SOL-00041 is issued as a Request for Proposal (RFP). c. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. d. This RFP is a 100% Small Business Set Aside under NAICS Code 62111, which has a small business standard of $10M. e. Below is the list of contract line item numbers and description, estimated quantities and unit of measure, including options. Item No. Description Est.Qty Unit Unit Price Total Amount Base Year Orthopedic Svcs 2000 Hours $ $ Opt Year 1 Orthopedic Svcs 2000 Hours $ $ Opt Year 2 Orthopedic Svcs 2000 Hours $ $ Opt Year 3 Orthopedic Svcs 2000 Hours $ $ Opt Year 4 Orthopedic Svcs 2000 Hours $ $ f. Description of services: SEE ATTACHED STATEMENT OF WORK This contract will provide inpatient and outpatient orthopedic surgical professional services for the 17,000 beneficiary patients of the Whiteriver Service Unit in eastern Arizona. The requirement includes scheduled, emergent, and on-call professional services from a board certified orthopedic surgeon. The orthopedic surgical specialist must be capable of providing highly complex pediatric and adult orthopedic surgical services at the Whiteriver IHS Hospital, the Sunrise Ambulatory Surgical Center, and the Summit Regional Medical Center. Services will be provided at Whiteriver Indian Health Service Hospital in Whiteriver, AZ; Summit Regional Medical Center in Show Low, AZ; and Sunrise Surgical Center in Wagon Wheel, AZ. g. It is anticipated this will be a 5 year contract, a one-year basic term with four one-year options. The estimated start of the basic period of performance is July 1, 2012. RATES SHALL BE INCLUSIVE OF ALL FEES, TRAVEL, LODGING, PER DIEM, AND ANY OTHER MISCELLANEOUS EXPENSES. h. Clauses and Provisions: Incorporated by Reference 352.237-70 Pro Children Act of 1994 (Jan 2006) 352.237-71 Crime Control Act of 1990 - Reporting of Child Abuse (Jan 2006) 352.237-72 Crime Control Act of 1990 - Requirment for Background Checks (Jan 2006) 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011) 52.212-4, Contract Terms and Conditions -- Commercial Items (Feb 2012) 52.228-5, Insurance -- Work on a Government Installation (Jan 1997) 52.232-18, Availability of Funds (Apr 1984) Incorporated in Full Text 52.212-1, Instructions to Offerors - Commercial (Feb 2012), Offeror will submit documentation addressing each of the factors specified in 52.212-2, Evaluation. 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: _ Critical Factors - GO/NO GO __ _ Performance Capabilities_(Clinical, Technical, Cultural)_ _ Price _________________________________________ SEE ATTACHED EVALUATION CRITERIA Technical and performance capabilities, 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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3, Offeror Representations and Certifications -- Commercial Items (Apr 2012), An offeror shall complete only paragraphs (b) of the attached provision if the offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. This provision provides a single, consolidated list of representations and certifications for the acquisition of commercial items. SEE ATTACHED REPRESENTATIONS AND CERTIFICATIONS DOCUMENT 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2012), applies to this acquisition and a statement regarding which, if any, of the additional FAR clauses cited in the clause are applicable to the acquisition. SEE ATTACHED 52.212-5 52.217-8, Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 45 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months. 52.237-7, Indemnification and Medical Liability Insurance (Jan 1997) (a) It is expressly agreed and understood that this is a nonpersonal services contract, as defined in Federal Acquisition Regulation (FAR) 37.101, under which the professional services rendered by the Contractor are rendered in its capacity as an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over professional aspects of the services rendered, including by example, the Contractor's professional medical judgment, diagnosis, or specific medical treatments. The Contractor shall be solely liable for and expressly agrees to indemnify the Government with respect to any liability producing acts or omissions by it or by its employees or agents. The Contractor shall maintain during the term of this contract liability insurance issued by a responsible insurance carrier of not less than the following amount(s) per specialty per occurrence: $1,000,000.00 per incident; $3,000,000.00 aggregate coverage. (b) An apparently successful offeror, upon request by the Contracting Officer, shall furnish prior to contract award evidence of its insurability concerning the medical liability insurance required by paragraph (a) of this clause. (c) Liability insurance may be on either an occurrences basis or on a claims-made basis. If the policy is on a claims-made basis, an extended reporting endorsement (tail) for a period of not less than 3 years after the end of the contract term must also be provided. (d) Evidence of insurance documenting the required coverage for each health care provider who will perform under this contract shall be provided to the Contracting Officer prior to the commencement of services under this contract. If the insurance is on a claims-made basis and evidence of an extended reporting endorsement is not provided prior to the commencement of services, evidence of such endorsement shall be provided to the Contracting Officer prior to the expiration of this contract. Final payment under this contract shall be withheld until evidence of the extended reporting endorsement is provided to the Contracting Officer. (e) The policies evidencing required insurance shall also contain an endorsement to the effect that any cancellation or material change adversely affecting the Government's interest shall not be effective until 30 days after the insurer or the Contractor gives written notice to the Contracting Officer. If, during the performance period of the contract the Contractor changes insurance providers, the Contractor must provide evidence that the Government will be indemnified to the limits specified in paragraph (a) of this clause, for the entire period of the contract, either under the new policy, or a combination of old and new policies. (f) The Contractor shall insert the substance of this clause, including this paragraph (f), in all subcontracts under this contract for health care services and shall require such subcontractors to provide evidence of and maintain insurance in accordance with paragraph (a) of this clause. At least 5 days before the commencement of work by any subcontractor, the Contractor shall furnish to the Contracting Officer evidence of such insurance. PRE-SECURITY CLEARANCE REQUIREMENT CONTRACTOR SHALL UNDERGO IHS MANDATED SECURITY CLEARANCE PRIOR TO COMMENCEMENT OF WORK ON-SITE AT THE WHITE RIVER SERVICE UNIT FACILITIES; THE SECURITY PRE-CLEARANCE REQUIREMENT MUST BE ADHERE TO. THE SECURITY PRE-CLEARANCE PROCESS INCLUDES A FINGERPRINT CHECK AND A SCREEN CHECK OF PHYSICIAN THROUGH THE OFFICE OF THE INSPECTOR GENERAL'S EXCLUSION LIST AT HTTP://EXCLUSIONS.OIG.HHS.GOV/. DOCUMENTED EVIDENCE OF THE CLEARANCES SHALL BE PROVIDED TO THE CHIEF CONTRACTING OFFICER AT THE PHOENIX AREA INDIAN HEALTH SERVICE, 40 NORTH CENTRAL AVENUE, PHOENIX, AZ 85004.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-PHOENIX/HHS-12-247-SOL-00041/listing.html)
 
Place of Performance
Address: Whiteriver Indian Health Service Hospital, Whiteriver, Arizona, 85841, United States
Zip Code: 85841
 
Record
SN02761151-W 20120601/120530235603-9ce4d332339f163ac102ac7f4752e1fe (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.