Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2013 FBO #4275
SOLICITATION NOTICE

Q -- Psychiatric Services - CONTRACTOR REQUIRED FORMS - STATEMENT OF WORK AND TECHNICAL FACTORS - Business Associates Agreement - Package #4

Notice Date
8/6/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621112 — Offices of Physicians, 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
13-119
 
Archive Date
8/31/2013
 
Point of Contact
DeAnne D. Dolphus, Phone: 6052267332, Craig J. Wells, Phone: 6052267240
 
E-Mail Address
DeAnne.Dolphus@ihs.gov, craig.wells@ihs.gov
(DeAnne.Dolphus@ihs.gov, craig.wells@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
CLAUSES Business Associates Agreement STATEMENT OF WORK AND TECHNICAL FACTORS PRICE SCHEDULE SF-18 TO BE COMPLETED REQUIRED CONTRACTOR FORMS TO BE COMPLETED FOR ALL PROVIDERS SUBMITTED 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. FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994) (Public Law 103-355) & FAR 37.4, Non-personal Health Care Services Contract (10 U.S.C. 2304 and 41 U.S.C.253). 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 healthcare service commercial item contract in response to Request for Proposal RFQ-13-119. This solicitation is issued as 100% Small Business Set-Aside. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67. The associated North American Industry Classification System code is 621112 and the Small Business size standard is $10.0 million. Period of performance: This contract will be from "Date of Award" or August 26, 2013 through April 30, 2014 with NO Option Years. Offers will be accepted electronically, Submit via e-mail to the following: Aberdeen Area Indian Health Service Deanne Dolphus, Contract Specialist 115 4th Avenue SE, Room 309, Federal Building Aberdeen, South Dakota 57401 e-mail: deanne.dolphus@ihs.gov Phone: 605-226-7332 SECURITY CLEARANCE Performance of this contract will require routine access by employees of the Contractor or its subcontractors to facilities or systems controlled by the Indian Health Service (I.H.S.). Before starting work requiring routine access to I.H.S. facilities or systems each person must complete a FBI National Criminal History Check (Fingerprint Check) adjudicated by an I.H.S. employee using the Office of Personnel Management Personnel Investigations Processing System. Contractors shall allow five business days for I.H.S. processing of fingerprints taken electronically at an I.H.S. site and thirty business days for non-electronic processing of fingerprints using FBI Form FD-258. A list of I.H.S. sites with electronic fingerprint capability is available from the Contracting Officer. In addition, no Contractor or subcontractor employee shall be permitted to perform work under this contract if listed on the HHS Office of Inspector General List of Excluded Individuals/Entities (LEIE), http://exclusions.oig.hhs.gov. As soon as practicable prior to the start of work, the performance of the work the Contractor shall provide to the Contracting Officer the names of all individuals to be used in performance of work for screening against the LEIE. During the performance, the Contractor shall provide the Contracting Officer the names of any additional or substitute employees for screening before they begin work. The Contractor is responsible for conducting security preclearance investigations in sufficient depth to ensure that each Contractor or subcontractor employee referred to I.H.S. is not on the LEIE and can obtain a favorable fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, Labor-Hour or Cost Reimbursement contract, the contractor shall not charge for or be reimbursed for labor hours or other costs incurred for employees who are unable to perform due to denial or access or the excess time required to resolve and clear unfavorable security clearance findings. If this is a Fixed Price contract, denial of access due to security clearance findings shall not be a basis for excusable delay or an increase to the contract amount. Government will pay for the cost to process the contractor's suitability clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s). Contractor will need a DUNS number, TIN number and be registered with www.SAM.gov PURPOSE OF CONTRACT: See attached Statement of Work. Location is at the Sioux San IHS Hospital, 3200 Canyon Lake Drive, Rapid City, South Dakota 57702. BASIS FOR AWARD: The basis for award of this firm-fixed contract will be based on "best value" with tradeoffs that takes in consideration the evaluation factors as stated in FAR 52.212-2. Therefore, In addition to price the government will consider the evaluation factors in determining the successful contract that represents "best value" to the government. Under best value principles, there is no requirement that a contract be awarded on the basis of lowest proposed cost. Evaluation factors when combined are significantly more important than cost or price. It is very important that each offeror furnish the Indian Health Service with specific information on the criteria listed below. Offerors should submit their best office initially as the Indian Health Service reserves the right to make award without discussion. PRICE SCHEDULE (SF-18): Psychiatric 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 providing Psychiatric Services. 1. Complete attached Standard Form 18. Attached are the Federal Acquisition Regulations (FAR) and the Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable including the following: FAR 52.204-9 - Personal Identity Verification of Contractor Personnel (January 2011): FAR 52.212-1 - Instructions to Offerors - Commercial Items (February 2012): Quotes shall be submitted on company letterhead stationery, signed and dated; it shall include: 1. Solicitation number RFQ-13-119 2. Closing date of August 16, 2013 at 3:00pm EST 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 documents, if necessary; 5. Complete Technical Evaluation Question Sheets and all Required Contractor forms for providers. 6. Licensure and/or Certification, Resume/CV and Experience 7. Price schedule, as stated on SF-18 8. "Remit to" address, if different than mailing address; 9. A completed copy of the representations and certifications at FAR 52.212-3 10. Acknowledgement of Solicitation Amendments; 11. 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) 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, past performance, price and evaluation factors considered. The following factors shall be used to evaluate offers: A. Methodology and Approach B. Experience C. Past Performance D. Key Personnel FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (April 2012) - See attachment for full text and instruction for completion. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (February 2012) - See attachment; in by reference FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (May 2012) - See attachment for full text. FAR CITATION: 52.252-1: Solicitation Provision Incorporated by Reference. (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and defect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://arnet.gov/far/index.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/13-119/listing.html)
 
Place of Performance
Address: Sioux San IHS Hospital, Rapid City Service Unit, 3200 Canyon Lake Drive, Rapid City, South Dakota, 57701, United States
Zip Code: 57701
 
Record
SN03138271-W 20130808/130806235251-7a6aed462e8f583415dc07428bc0e45e (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.