Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2014 FBO #4429
SOLICITATION NOTICE

R -- RECRUITMENT AND REFERRAL SERVICES - FAR provision 52.212-3

Notice Date
1/7/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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
RFP-244-14-0001-REL
 
Archive Date
2/5/2014
 
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
N/A
 
Description
Federal Acquisition Regulation (FAR) 52.212-3, Offeror Representations and Certifications - Commercial Items (NOV 2013) 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. The procurement is conducted pursuant to the authority of FAR Part 15, Contracting by Negotiation; FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and FAR 37.101, Nonpersonal Services Contract. 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 Proposal (RFP)-244-14-0001-REL. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72. The associated North American Industry Classification System code is 541611 and the small business size standard is $14.0 million. PRICE SCHEDULE - RECRUITMENT AND REFERRAL SERVICES BASE YEAR: 1. PHYSICIAN: 2 CANDIDATES @ $___________________ EACH = $________________________; 2. NURSE PRACTITIONER AND/OR PHYSICIAN ASSISTANT: 2 CANDIDATES @ $___________________ EACH = $________________________; 3. PHYSICAL THERAPIST OR OTHER HEALTH CARE PROFESSIONAL: 3 CANDIDATES @ $___________________ EACH = $________________________; TOTAL FOR BASE YEAR: $________________________. OPTION YEAR ONE: 1. PHYSICIAN: 2 CANDIDATES @ $___________________ EACH = $________________________; 2. NURSE PRACTITIONER AND/OR PHYSICIAN ASSISTANT: 2 CANDIDATES @ $___________________ EACH = $________________________; 3. PHYSICAL THERAPIST OR OTHER HEALTH CARE PROFESSIONAL: 3 CANDIDATES @ $___________________ EACH = $________________________; TOTAL FOR OPTION YEAR ONE: $________________________. OPTION YEAR TWO: 1. PHYSICIAN: 2 CANDIDATES @ $___________________ EACH = $________________________; 2. NURSE PRACTITIONER AND/OR PHYSICIAN ASSISTANT: 2 CANDIDATES @ $___________________ EACH = $________________________; 3. PHYSICAL THERAPIST OR OTHER HEALTH CARE PROFESSIONAL: 3 CANDIDATES @ $___________________ EACH = $________________________; TOTAL FOR OPTION YEAR TWO: $________________________. OPTION YEAR THREE: 1. PHYSICIAN: 2 CANDIDATES @ $___________________ EACH = $________________________; 2. NURSE PRACTITIONER AND/OR PHYSICIAN ASSISTANT: 2 CANDIDATES @ $___________________ EACH = $________________________; 3. PHYSICAL THERAPIST OR OTHER HEALTH CARE PROFESSIONAL: 3 CANDIDATES @ $___________________ EACH = $________________________; TOTAL FOR OPTION YEAR THREE: $________________________. OPTION YEAR FOUR: 1. PHYSICIAN: 2 CANDIDATES @ $___________________ EACH = $________________________; 2. NURSE PRACTITIONER AND/OR PHYSICIAN ASSISTANT: 2 CANDIDATES @ $___________________ EACH = $________________________; 3. PHYSICAL THERAPIST OR OTHER HEALTH CARE PROFESSIONAL: 3 CANDIDATES @ $___________________ EACH = $________________________; TOTAL FOR OPTION YEAR FOUR: $________________________. GRAND TOTAL: $________________________. PERIOD OF PERFORMANCE: The performance of this contract shall be for 12 months with four 12-month options (dates to be completed at time of award). STATEMENT OF WORK: The overall scope of the contract is to recruit and refer qualified physicians, nurse practitioners/physician assistants, physical therapists, and other health care professionals for possible hire as permanent employees to the Indian Health Service, Wind River Service Unit. The Wind River Service Unit consists of two outpatient health centers: Arapahoe Health Center, 14 Great Plains Road, Arapahoe, Wyoming; and Fort Washakie Health Center, 29 Black Coal Drive, Fort Washakie, Wyoming. The contractor shall recruit health care professionals who provide primary care. The referred health care providers will be expected to have the necessary education, training, licensing, previous work experience and competence to qualify and be considered for permanent hire at the Wind River Service Unit. Depending on the clinic/hospital needs, and if available, board eligible or board certified physicians in the specialties of family practice, internal medicine, and pediatrics; nurse practitioners/physician assistants in family practice; physical therapists; and other health care professionals shall be recruited. The contractor must screen candidates against the basic qualification requirements for the positions identified by the Indian Health Service (IHS). Those candidates who appear to meet the requirements will be referred to the IHS. The physicians must be board certified or eligible by the American Board of Family Practice, Internal Medicine or Pediatrics. Current Basic Life Support (BLS), Advanced Cardiac Life Support (ACLS), Pediatric Advanced Life Support (PALS), and Advanced Trauma Life Support (ATLS) certifications are required for the physicians. Current BLS is required for other health care professionals. A list of the basic requirements for each position will be provided to the contractor once the contract is awarded. The contractor is prohibited by law from charging candidates a fee who are referred for Federal positions. The contractor shall provide a copy of all search announcements/advertisements to the Contracting Officer's Representative (COR) prior to publication to ensure accuracy and compliance with advertising policies. The announcement/advertisement can be posted in professional journals and national newspapers, on professional websites, or at job fairs. All announcement/advertisements placed by the contractor for an IHS position must contain a statement "The IHS is an Equal Opportunity Employer". Advertisements can also include (1) "Excellent benefits package for FT/PT staff including competitive pay scales, 13 vacation days per year, 13 days of sick leave per year, choice of health insurance plans, life insurance, retirement plan, and optional tax-deferred savings plan with matching funds. (2) The practitioner selected may be eligible to apply for the Loan Repayment Program. The Loan Repayment Program will repay all or a portion of the applicant's eligible health professional education loans. (3) Shipment of household goods and personal belongings are covered up to 18,000 pounds. Applicants must sign a one-year employment agreement before the shipment of household goods is authorized. The contractor's personal contacts shall be with interested candidates, Wind River Service Unit Chief Medical Officer/Medical Staff Supervisor, Clinical Services Administrator, Administrative Officer or Administrative Assistant and Contracting Officer's Representative (COR). CONTRACTING OFFICER AUTHORITY: Authority to negotiate changes in the terms, conditions or amounts cited in this contract is reserved for the Contracting Officer. CONTRACTING OFFICER'S REPRESENTATIVE (COR): The COR shall be responsible for: (1) Monitoring the Contractor's 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 the contract. INVOICE SUBMISSION AND PAYMENT: The contractor shall submit its invoice to the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107, with a courtesy copy to the Contracting Officer's Representative (COR). The contractor agrees to include the following information on each invoice: (1) Contractor's name, address, telephone number and e-mail address; (2) Contract Number; (3) Invoice number and date; (4) Dates of service and total amount due; and (5) Remit to address. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. 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 and are included in the relative order of importance: (1) METHODOLOGY AND APPROACH = 50 POINTS. Proposals that merely offer a statement to provide services in accordance with the requirements of the Government's statement of work will not be eligible for award. Offerors must submit a detailed work plan that addresses how each aspect of the "Statement of Work" will be accomplished and should be in as much detail to ensure it fully explains your proposed technical approach or method. (2) COMPANY PAST PERFORMANCE = 50 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. Offerors shall provide, at a minimum, three (3) references for their most recently performed contracts in which similar or the same services were performed by the offeror within the last two (2) years from the date of proposal submission. Please list contracts that your firm has held with Government and/or commercial accounts. The offeror shall provide the following information in an attachment: (a) Agency or Customer Name/Address; (b) Contract number (if applicable); (c) Contract Performance Period; (d) Contract description of services (location, and description of services); (e) Type (type and quantity of personnel provided); (f) Dollar Value of contract (g) Point of Contact including name, phone, facsimile, and Internet/E-Mail address. For each contract identified the offeror shall also provide a discussion of problems encountered and their correction, as well as their accomplishments during the performance of the contract. In evaluating past performance the Government may also use information from its own files, information provided by the offeror, or from any other sources it deems appropriate. Offerors will be given the opportunity to clarify information concerning the relevancy of an offeror's past performance information, and any adverse past performance information to which the offeror has not previously had an opportunity to respond. If the offeror has no relative past performance they shall affirmatively state so. NOTE: The Government reserves the right to contact any reference provided by the offeror in evaluating the offeror's past performance. Furthermore, the Government reserves the right to use any information that comes to the attention of the Government in evaluating the offeror. Technical and past performance, when combined, is 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 (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: 52.204-7, 52.204-9, 52.204-13, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-11, 52.232-18, 52.232-39, 52.233-2, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.201-70, 352.202-1, 352.203-70, 352.215-1, 352.215-70, 352.222-70, 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, and 352.270-2. The following FAR clauses cited in 52.212-5 are applicable to the acquisition: 52.203-6 with Alternate I, 52.204-10, 52.209-6, 52.209-10, 52.219-8, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-54, 52.223-18, 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=3524d214210697effd2fd5c77848a806&rgn=div5&view=text&node=48:4.0.1.8.33&idno=48. 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 copy of a Certificate of Degree of Indian Blood (CDIB) and a completed copy of FAR 52.212-3 with its offer. Contractors intending to conduct business with the Federal Government must register with the System for Award Management (SAM). SAM replaces the Department of Defense's Central Contractor Registration (CCR) database. SAM is now the primary Government repository, which retains information on Government contractors. You may register via the Internet at www.sam.gov. 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 January 21, 2014. 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's 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 RFP. 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/RFP-244-14-0001-REL/listing.html)
 
Record
SN03262244-W 20140109/140107234949-d5873888f835d52f778fc54ce45d101f (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.