Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 03, 2017 FBO #5824
SOLICITATION NOTICE

R -- Navajo Wellness - Statement of Work

Notice Date
11/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
923120 — Administration of Public Health Programs
 
Contracting Office
Department of Health and Human Services, Indian Health Service, Navajo Area Office, PO Box 9020, Window Rock, Arizona, 86515
 
ZIP Code
86515
 
Solicitation Number
IHS1339430
 
Archive Date
11/22/2017
 
Point of Contact
Michelle A. James, Phone: 928-871-5841
 
E-Mail Address
michelle.james@ihs.gov
(michelle.james@ihs.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number IHS1339430 applies and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, effective January 19, 2017. The North American Industry Classification System (NAICS) Code for this acquisition is 923120. The Contract Line Items (CLINs) and pricing structure are shown below. The offeror is to complete the Fee Schedule in the attached Statement of Work. CLIN No.DESCRIPTION COMPLETION DATE TOTAL PRICE 0001 Data Collection Manual Forms November 2017 $ 0002 Data System Structure November 2017 $ 0003 Documentation of diabetes November 2017 $ related education 0004 HEPAB and WellB Assessment December 2017 $ and report 0005 SDPI Aggregate Data December 2017 $ The Navajo Area Indian Health Service, Division of Acquisition Policy has a requirement for non-personal service contractor services for the Health Promotion/Disease Prevention Department. The contractor shall coordinate and implement the Navajo Coordinated Approaches to School Health Evaluation Plan. Period of Performance: Date of Award - December 31, 2017. The provision at 52.212-1, Instructions to Offerors-Commercial (JAN 2017), applies to this acquisition. FAR 52.212-2 - Evaluation. The Government will award a contract resulting from this RFQ to the responsible offeror whose quote conforms to the RFQ will be most advantageous to the Government, price and other factors considered. In addition to price, the following non-price factors will be considered: 1. Past Performance - Evaluation will be based on the extent to which the offeror has demonstrated; through recent past performance and/or deliverables under contracts of similar nature, its ability to successfully meet the requirements. The evaluation will consider the Offeror's history of relevant experience, reasonable and cooperative behavior, adherence to contract schedule, and commitment to providing high quality services similar to that described in the Statement of Work. 2. Key Personnel The Government will evaluate each offeror on the Key Personnel's experience, licensure and certification to provide services. Certification, Degrees, Training, and Membership shall include the following: • Ph.D. in Public Health • Extensive experience in Program Evaluation in School Health, Diabetes Prevention, and Academic Success • Extensive experience in School Health in healthcare setting with an emphasis in health promotion and disease prevention • Current Affiliation with Professional Organization - American Evaluation Association • Certified Instructor of the Navajo Wellness Model, a Navajo health promotion and disease prevention curriculum • Experience in applying coordinated school, maternal child health, and whole child health best practices • Certification in SPARK, DETS, PAK, WellSAT, School Health Index, Local School Wellness Policies, Public Health Logic Model, Evaluation Matrix, FitnessGram, QuickBase, GPRA, and Coordinated School Health 3. Logistics - In evaluating the offeror's capacity, the Government with consider the offeror's experience with providing healthcare services to Native American communities (Navajo, San Juan Southern Paiutes, Hopi, Zuni, youth, children, and federal and 638 sites). The Government will also evaluate the proximity to provide services to the communities, schools, and clinics. Past performance, Key Personnel and logistics will be considered significantly more important than cost or price in the selection for award. Cost will be evaluated to assess its realism and the probable cost to the Government. The Government will perform a "Best Value analysis" taking into account the result of technical and price evaluation, and the selection for award will be made to the offeror whose proposal is most advantageous to the Government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2017), applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive Orders applicable to acquisition of commercial items: 52.204-6, Unique Entity Identifier, Oct 2016 52.204-7, System for Award Management, Oct 2016 52.204-9, Personal Identity Verification of Contractor Personnel, Jan 2011 52.233-2, Service of Protest, Sept 2006 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). 52.224-1, Privacy Act Notification (APR 1984) 52.224-2, Privacy Act (APR 1984) 52.229-3, Federal, State, and Local Taxes (FEB 2013) 52.237-2, Protection of Government Buildings, Equipment, and Vegetation (APR 1984) 52.249-4, Termination for Convenience of the Government (APR 1984)(Services)(Short Form) 52.249-8, Termination for Default (Fixed-Price Supply and Services) (APR 1984) The following HHSAR clauses are hereby incorporated in this RFQ: 352.226-1 Indian Preference (December 18, 2015) 352.226-2 Indian Preference Program (December 18, 2015) 352.237-75 Key Personnel (December 18, 2015) The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this requirement. All responsible offerors shall email the following documents NO LATER THAN 3:00 P.M. MST, November 7, 2017: 1. Fee Schedule, 2. Contractor's responses to evaluation factors, 3. Offerors Representation and Certification - Commercial Items Fax submissions are not authorized. Any questions, please contact Michelle James at michelle.james@ihs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-Navajo/IHS1339430/listing.html)
 
Place of Performance
Address: HWY 264 - IHS COMPLEX, Window Rock, Arizona, 86515, United States
Zip Code: 86515
 
Record
SN04728187-W 20171103/171101230625-92c444acf6980ef669ac816330d0e14c (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.