Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
SOLICITATION NOTICE

R -- MATERNAL SUBSTANCE USE DISORDER CONSULTANT - FAR provision 52.212-3

Notice Date
5/8/2017
 
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
RFQ-10-17-032-REL
 
Archive Date
6/7/2017
 
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
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 under Simplified Acquisition procedures pursuant to the authority of Federal Acquisition Regulation (FAR) Subpart 13.5, Test Program for Certain Commercial Items (41 U.S.C. 3305, 3306, and Chapter 37); FAR Part 12, Acquisition of Commercial Items (41 U.S.C. 1906 and 1907)); and FAR 37.101, Non Personal Service Contract. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. The associated North American Industry Classification System code is 541611 and the small business size standard is $15.0 million. The Indian Health Service intends to award a fixed-price commercial item contract in response to Request for Quotation (RFQ)-10-17-032-REL. Prospective offerors shall provide all-inclusive rates for each Contract Line Item Number (CLIN). PRICE SCHEDULE: MATERNAL SUBSTANCE USE DISORDER CONSULTANT CLIN 1: Maternal Substance Use Disorder Consultant 600 hours @ $____________ per hour = $_______________. CLIN 2: Travel 12 Onsite Visits @ $____________ per visit = $_______________. TOTAL: $_______________ CLIN 3: Optional Hours 100 hours @ $____________ per hour = $_______________. GRAND TOTAL: $_______________ PERIOD OF PERFORMANCE: Performance of this purchase order shall be from date of award through December 31, 2017. INTRODUCTION AND PURPOSE OF THE CONTRACT: This project evolved from recent work in the Billings Area with the Blackfeet community in response to data concerning an increase in the number of neonatal abstinence syndrome (NAS) births. Currently the Crow/Northern Cheyenne Hospital, Crow Agency, Montana and Northern Cheyenne Health Center, Lame Deer, Montana are experiencing a rise in the number of pregnant Native American women with Substance Use Disorders. The purpose of the contract is to support the development of strategies to implement prenatal, perinatal and postpartum services for Native American women abusing illicit and/or prescription drugs within the Billings Area Indian Health Service. Engagement with the community in the development of culturally sensitive services and the creation of a supportive environment for pregnant Native American women seeking prenatal care. STATEMENT OF WORK: The contractor will serve as a coordinator for the Billings Area to perform the following: 1. Responsible for facilitating all project meetings between the Crow/Northern Cheyenne Hospital, Northern Cheyenne Health Center, Billings Area Office, community members and tribal leaders as well as any other participants necessary for the success of this project. The contractor will be responsible for providing minutes for these meetings. 2. Assessment of gaps between current services and policies when compared to existing best practices and clinical guidance for treatment of pregnant women and infants affected by illicit drug use. 3. The contractor will hold five focus group meetings on both the Crow and Northern Cheyenne Indian reservations. The focus group meetings will provide the contractor with qualitative information, data and themes necessary to guide the implementation of policy and protocols for model program development. The meetings are broken down as follows: a. Meetings with pregnant women at each reservation. b. Meeting with clinicians at the Crow/Northern Cheyenne Hospital and Northern Cheyenne Health Center. c. Meeting with tribal elders at each reservation. 4. Working in conjunction with medical staff at the Crow and Northern Cheyenne Service Units and using information from the Focus Groups to develop a model program to address prenatal, perinatal and postpartum services taking into account the high rate of opioid, prescription and other illicit drug use. The program needs to include: a. Development of policies and procedures. b. Screening guidelines. c. Behavioral Health integration. d. Treatment algorithms for neonatal abstinence syndrome (NAS). e. Treatment algorithms for substance abuse disorder. f. Long term follow-up and care. g. Culturally sensitive community education. h. Identifying composition of necessary program staff. i. Education and training of program staff to promote the spread and sustainability of the program. j. Guidelines for evaluating the quality of program service(s). (i) To include defined outcome measures. k. The program must be consistent with existing best practices and clinical guidance addressing the needs of pregnant and parenting women with substance abuse disorders and their infants. 5. Data gathering to assist with the development of the above mentioned model program. a. Contractor will collaborate with the Rocky Mountain Tribal Epidemiology Center (RMTEC), Office of Minority Health (OMH), Bureau of Indian Affairs (BIA), Women, Infants and Children (WIC), State databases and the Indian Health Service (IHS) on the gathering of this data. b. The contractor will assist in the development of a final written report for submission to the Office of Women's Health that will cover the items in 5(a) and (b). KNOWLEDGE AND EXPERIENCE REQUIRED: The contractor must have a working knowledge of, and be familiar with, the standards of practice and guidelines for addressing the needs of pregnant and parenting women with substance use disorders and their infants. In addition, the contractor must have knowledge and experience in developing policies and procedures, thus allowing the contractor to aid and assist the Crow/Northern Cheyenne Hospital and Northern Cheyenne Health Center with updating and/or creating policies and procedures for the prevention and treatment needs of pregnant women with substance use disorders and the infants born to them. The contractor must also have experience with providing healthcare education, so they can assist with the development of educational materials for the community, as well as, educate staff regarding substance use in pregnant women and the subsequent care for the affected infant. EVALUATION AND OVERSIGHT: The contractor works under the administrative direction of the Billings Area Chief Medical Officer or his/her designee. Most work is performed independently with legal responsibility in accordance with the Billings Area Indian Health Service policies and procedures. The contractor's work schedule will be variable and will be coordinated with the Chief Medical Officer or his/her designee. GUIDELINES: The contractor will be required to follow HIPAA and all other workplace regulations protecting confidentiality and safety of patient's and other employees. COMPLEXITY: Works with other health professionals and administrative personnel and must be able to communicate effectively. The contractor must be considerate, perceptive and understanding when providing patient counseling. The services require handling complex, acute medical problems that may require referral to the emergency room or hospital for further evaluation or consultation with the physician or physician on-call. PHYSICAL DEMANDS: The work is mostly sedentary with some walking, standing, bending and carrying of light items. SCOPE AND EFFECT: The contractor will work with other Indian Health Service providers at the Billings Area and Service Units to provide quality medical care to the Native American population. GOVERNMENT FURNISHED PROPERTY: The Indian Health Service will be responsible for getting the Contractor access and clearance to all pertinent computer systems necessary to carry out the services. 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; Business Associate Agreement and Business Partner Interconnection Security Agreement (BPISA), should be coordinated with each respective 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. 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. 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: FACTOR 1: TECHNICAL CAPABILITY/MANAGEMENT APPROACH = 80 POINTS Subfactor 1.1: The contractor's submission of a detailed plan and timeline for meeting the requirements set forth in the statement of work by the end of the contract period of performance; and Subfactor 1.2: Key Personnel who will be working on the contract, as well as, their knowledge, experience, and capabilities which qualify them to meet the requirements set forth in the statement of work. FACTOR 2: COMPANY PAST PERFORMANCE = 20 POINTS The Company must demonstrate its record of successful performance in past contracts and/or jobs, Government and/or commercial related or similar to the requirements outlined in the statement of work. 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; (4) Total contract value; (5) Point of contact who is knowledgeable about the level of contract/job performance and his/her telephone number. FACTOR 3: COST/PRICE The offeror agrees to hold the prices in its offer firm for 90 calendar days from the date specified for receipt of the offers. The price proposal should adhere to the pricing structure established in the "Price Schedule". The offeror's price proposal must be based on the offeror's technical proposal and the Government's statement of work. The "Price Schedule" shall be completed by the offeror in accordance with the following: (1) All prices contained in the price schedule must reflect an all-inclusive monthly rate. 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 technical evaluation panel 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 a tradeoff process. 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: 52.204-7, 52.204-9, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.211-16, 52.212-4, 52.212-5, 52.215-5, 52.217-6, 52.217-7, 52.217-8, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-20, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-11, 52.232-18, 52.232-39, 52.232-40, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 52.244-6, 52.245-1, 52.245-9, 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, 52.219-4, 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 submit 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 quotation, which shall be considered by the Agency. Offers shall be submitted to the Billings Area Indian Health Service, 2900 Fourth Avenue North, Billings, Montana 59101, no later than 6:00 p.m. Mountain Time on May 23, 2017. 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 name and address. Offers will also be accepted by e-mail at Rita.Langager@ihs.gov or by fax at (406) 247-7108.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-BILLINGS/RFQ-10-17-032-REL/listing.html)
 
Record
SN04499071-W 20170510/170508234102-29917b3eac6de54930e061ad791f1ef5 (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.