Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 17, 2016 FBO #5381
SOLICITATION NOTICE

Q -- PODIATRIST - FAR provision 52.212-3

Notice Date
8/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561320 — Temporary Help 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
RFQ-10-16-058-REL
 
Archive Date
9/13/2016
 
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 (JUL 2016). This provision must be completed and submitted with the offer if the electronic Representations and Certifications section of the System for Award Management (SAM) is not completed. 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 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) and 2305 and 41 U.S.C. 253(g) and 253a and 253b); FAR Part 12, Acquisition of Commercial Items (Title VIII of the Federal Acquisition Streamlining Act of 1994 (Public Law 103-355)); and FAR 37.4, Nonpersonal Health Care Services Contract (41 U.S.C. Chapter 33). 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 Quotation (RFQ) 10 16 058 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 2005-89. The associated North American Industry Classification System code is 561320 and the small business size standard is $27.5 million. Potential contractors are asked to propose an all-inclusive clinic rate. PRICE SCHEDULE - PODIATRIST: BASE YEAR: 24 Clinics @ $_______________ per Clinic = $____________________. OPTION YEAR ONE: 24 Clinics @ $_______________ per Clinic = $____________________. OPTION YEAR TWO: 24 Clinics @ $_______________ per Clinic = $____________________. OPTION YEAR THREE: 24 Clinics @ $_______________ per Clinic = $____________________. OPTION YEAR FOUR: 24 Clinics @ $_______________ per Clinic = $____________________. GRAND TOTAL: $____________________. PERIOD OF PERFORMANCE: 12 months with four 12-month options. PURPOSE OF THE CONTRACT: The purpose of this acquisition is to contract for Podiatry Services at the Northern Cheyenne Service Unit, PHS Indian Health Center, 420 North Cheyenne Avenue, Lame Deer, Montana. NON-PERSONAL HEALTH CARE SERVICE CONTRACT: The procurement is a nonpersonal health care service contract, as defined in FAR 37.101, under which the Contractor is an independent contractor. The Government may evaluate the quality of professional and administrative services provided, but retains no control over the medical and professional aspects of services rendered (e.g., professional judgments, diagnosis for specific medical treatment). The Contractor shall indemnify the Government for any liability producing acts or omissions by the Contractor, its employees and agents occurring during contract performance. The Contractor shall maintain medical liability insurance, which is not less than the amount normally prevailing within the local community for the medical specialty concerned. The Contractor is required to ensure that its subcontracts for provisions of health care services contain the requirements of the clause at 52.237-7, including the maintenance of medical liability insurance. WORK SCHEDULE: The Podiatrist shall provide two clinics each month. The services shall be scheduled during the weekday and provided from 9:00 am to 3:00 pm. STATEMENT OF WORK: Podiatry services will be provided through two clinics per month. The contractor will provide comprehensive assessment of foot care for diabetic patients. This will include evaluation, interpreting test results, appropriate consultation with medical staff and complete, accurate, documentation of results and services provided. Intervention will include diagnosis and treatment of pathogenic conditions of the lower extremities, surgical correction of osseous deformities and treatment of ulcers. Program management duties will include ensuring proper supplies and equipment is available and maintained. Ensuring adequate training and competency for support staff is available. All services and education will be provided in a culturally appropriate manner. KNOWLEDGE REQUIRED BY THE POSITION: Doctor of Podiatric Medicine from a school of podiatric medicine accredited by the Council on Podiatric Medical Evaluation and completion of an approved five (5) year preceptorship or residency in Podiatry, leading to board eligibility or board certification by an approved American Specialty board, or an equivalent combination ofgraduate training and experience to total a minimum of five years. Licensure to practice podiatry medicine in the United States or District of Columbia or Puerto Rico, is required. GUIDELINES: Guidelines available include DHHS, PHS, IHS, Billings Area, Service Unit, and Medical Staff regulations, policies, procedures, and by-laws. In addition, traditional and currently accepted medical practices are available in the form ofspecialty consultation, medicaljoumals, and textbooks. In nearly all cases, however, the medical officer's judgement is the key factor in determining whether guidelines are to be adhered to or deviated or whether new guides need to be developed to protect the interests of the patient. COMPLEXITY: The comprehensive health care provided primarily involves patients with diabetes mellitus and other complex medical/surgical problems where courses of treatment are not always established. The work includes the broad medical functions of: education, prevention, cure, and rehabilitation, in addition to the practice of Podiatrics. The podiatrist serves as a consultant on the most difficult cases and performs advanced diagnostic and treatment procedures without professional direction. Recognizes rare and difficult-to-identify symptoms or signs, and responsibility for developing a full treatment regimen involving a knowledge of new techniques or the use of prolonged or complicated procedures or advanced delicate skills. SCOPE AND EFFECT: The purpose of the work is to deliver comprehensive Podiatric health care to individuals and their families at the Northern Cheyenne Service Unit in Lame Deer Montana. Communicates with health professionals regarding Podiatric care to the patients; provides educational and teaching efforts directed to patients and their families. PERSONAL CONTACTS: Personal contacts of the podiatrist are with patients, other employees, representatives of other federal, state and tribal health organizations, and administrators and physicians from the private sector. These contacts are made with individuals and occasionally groups in moderately unstructured settings. PURPOSE OF CONTACTS: The purpose ofcontacts are to exchange information, resolve problems, educating, influencing, and motivating individuals and groups to understand and accept recommended medical information, diagnosis, treatment, and therapies. PHYSICAL DEMANDS: The work requires some physical exertion and stamina, and extensive walking, standing, bending, and similar activities. Patients may be required to be lifted from time to time. WORK ENVIRONMENT: The work is performed in a clinical setting, with continual exposure to patients having a variety of illnesses and communicable diseases. Occasionally, the podiatrist may be subjected to adverse weather and hostile patients and/or the families. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide all necessary equipment and supplies. The Northern Cheyenne Service Unit will be responsible for getting the Contractor access and clearance to all computer services necessary to carry out his/her duties. 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. Access/clearance to all pertinent computer systems, including completing the Security Checklist, Rules of Behavior form, Security training; and if necessary, a Business Associate Agreement and Business Partner Interconnection Security Agreement (BPISA), should be coordinated with the Service Unit. 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 this 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 Technical Representative (COR) at the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. The Contractor agrees to include the following information on each invoice: (1) Contractor's name and address; (2) Contact name, title, and telephone number; (3) Contract Number; (4) Invoice number and date; (5) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed; (6) Remit to Address; (7) Taxpayer Identification Number (Employer Identification Number or Social Security Number); and (8) Data Universal Numbering System (DUNS) number (to ensure payment is made to the correct bank account) and vendor mailing address, as provided in the System for Award Management (SAM), formerly known as the Central Contractor Registration (CCR) database. Payment shall be made by the Billings Area Financial Management Branch, P.O. Box 36600, Billings, Montana 59107. 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. CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A CNACI must be completed for all Indian Health Service (IHS) contractor personnel within the Billings 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 Service Unit will conduct the character and background investigations. Fingerprints must also be taken as part of the pre-employment process and must be completed before the podiatrist is allowed to work. The fingerprints should be coordinated with the Service Unit. 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. The Privacy Act of 1974 mandates that the Contractor maintain complete confidentiality of all administrative, medical and personnel records, and all other pertinent information that comes to his/her attention or knowledge. The Privacy Act carries both civil and criminal penalties for unlawful disclosure of records. Violation of such confidentiality shall be cause for adverse action. All IHS regulations and policies applicable to these Acts shall be enforced. The Contractor shall comply with IHS facility infection control and safety procedures, practices, and standards. 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 (OCT 2014): (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: (1) CURRENT, UNRESTRICTED LICENSE = 35 POINTS. Potential contractors must submit a copy of medical license (all previous licenses ever held, at a minimum, license numbers and the State(s)) with price quote; (2) RESUME/CURRICULUM VITAE = 35 POINTS. Potential contractors must submit resume/CV with price quote. Resumes/CV's must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs; and (3) COMPANY PAST PERFORMANCE = 30 POINTS. The Company 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. The offeror must list at least three contracts/jobs and include the following information. (1) Name of Government agency/Company; (2) Contract number, if applicable; (3) Dates of Service/Employment; (4) Total contract value/Hourly wage; (5) Description of contract work/Job duties; (6) Contracting Officer/Company Manager and telephone number; (7) Program Manager and telephone number, if applicable. (4) COST/PRICE: Price is not assigned an adjectival rating or scored. It will be evaluated to determine whether it is reasonable and if the quotation reflects an understanding of the requirement. This factor will be evaluated utilizing price analysis techniques identified in FAR Part 15.404-1. Analysis will include review of price reasonableness and balanced pricing. Offerors are cautioned that "materially unbalanced" prices and/or unreasonably high or low prices may cause your quotation to be deemed unacceptable and rejected. Technical and past performance, when combined, are considered 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. EVALUATION APPROACH: The content of the written quotations, as well as information derived from discussions/negotiations, if discussions are held, will be evaluated to determine the degree and extent to which the requirements and objectives set forth in the solicitation are satisfied. No assumption will be made by Government evaluators regarding areas not defined in the offeror's written material/information provided to the Government for evaluation. EVAULATION METHODOLOGY: A team of Government personnel will evaluate the quotations. The quotations will be evaluated in accordance with the aforementioned factors. Any quotation that is unrealistic, in terms of technical approach, schedule commitments, and or costs (high or low) will be deemed unacceptable. BASIS FOR AWARD: Selection of the successful offeror will be made based on the evaluation criteria. The quotations will be evaluated and a contract awarded under the Best Value Continuum approach to permit tradeoffs among cost or price and non-cost factors. This will allow the Government to consider award to other than the lowest priced offeror or other than the highest technically rated offeror who meets or exceeds the technical acceptability standards established in the factors referenced above. The following FAR and Health and Human Services Acquisition Regulation (HHSAR) clauses are applicable: 52.204-4, 52.204-7, 52.204-9, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.212-4, 52.212-5, 52.215-5, 52.217-8, 52.217-9, 52.223-2, 52.223-5, 52.223-6, 52.223-10, 52.223-17, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.232-18, 52.232-39, 52.237-2, 52.237-3, 52.237-7, 52.242-15, 52.242-17, 52.244-6, 52.245-1, 52.245-9, 352.203-70, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.224-71, 352.226-3, 352.227-70, 352.237-70, 352.237-71, 352.237-72, 352.237-73, 352.237-74, 352.239-73 and 352.239-74. 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, 52.222-50, 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://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/part-352-solicitation-provisions-contract-clauses/index.html. 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 completed copy of FAR 52.212-3 with its offer, if the electronic Representations and Certifications section of the System for Award Management (SAM) is not completed. 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 August 29, 2016. The offer must be submitted in a sealed envelope, addressed to this office, showing the time specified for receipt, the solicitation number, and your 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 RFQ. 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/RFQ-10-16-058-REL/listing.html)
 
Place of Performance
Address: Northern Cheyenne Service Unit, PHS Indian Health Center, 420 North Cheyenne Avenue, Lame Deer, Montana, 59043, United States
Zip Code: 59043
 
Record
SN04223741-W 20160817/160815234938-709ea0476c542cc0fa3eaf023f79f428 (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.