Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 15, 2017 FBO #5836
SOLICITATION NOTICE

Q -- Medical Physician - Statement of work - Business Associate Agreement - Clauses - Contractors performance conditions and responsbilities

Notice Date
11/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except 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
RFQ-18-002
 
Archive Date
12/16/2017
 
Point of Contact
Andrea L. Fields, Phone: 6052267239
 
E-Mail Address
andrea.fields@ihs.gov
(andrea.fields@ihs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractors performance conditions and responsbilities Clauses Business Associate Agreement Statement of work A. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. B. The Great Plains Area Indian Health Service (I.H.S.) intends to award a firm-fixed price and non-personal service indefinite-delivery indefinite quantity (IDIQ) contract in response to Request for Quote (RFQ) 18-002. C. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96. The contract resulting from this solicitation will not obligate funds; funds must be obligated prior to starting performance through a task order. Orders may be submitted electronically, facsimile or hard copy. D. The RFQ is issued as a 100% small business and the associated NAICS Code is 621111, which has a small business standard of $11.0. E. The unit price must be all inclusive (to include but not limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other cost pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. F. 740 hours @ $__________per hour, totaling $________. G. Medical Physician H. Services will be provided at the Fort Thompson Health Center, in Fort Thompson, SD. The period of performance will be date of award through one year of service. I. FAR 52.212-1 Instructions to Offerors-Commercial Items (January 2017). Quotes shall be submitted on company letterhead stationery, signed and dated. And it shall include the following in order to be considered technically acceptable: 1. Solicitation number RFQ-18-002 2. Closing date: December 1, 2017 at 11:00 am CST. 3. Name, address, and telephone number of company and email address of contact person. 4. Technical description of the item/service being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. This may include product literature, or other documents, if necessary. 5. Terms of any express warranty. 6. Price and any discount terms. 7. "Remit to" address, if different than mailing address. 8. A complete copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically. 9. Acknowledgment of Solicitation Amendments (if any issued). 10. Resume stating ability to meet qualifications and the requirements of the Statement of Work. 11. A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offerors that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. In addition, Contractors shall provide the following in order to be considered technically acceptable: • Complete and sign Agreement to a temporary provisional of character investigation. • Complete and sign the Declaration for Federal Employment - Optional Form 306. • Complete and sign Addendum to Declaration for Federal Employment (OF306). • Copy of malpractice insurance coverage. • Copy of board certified in Family Practice • Copy of Basic Life Support (BLS) certification • Copy of Advance Cardiac Life Support (ACLS) certification. • Copy of acquired immunizations J. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (October 2017)-See attachment for full text. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. K. FAR 52.212-4 - Contract Terms and Conditions - Commercial Items (January 2017) - See attachment; in by reference L. FAR 52.212-5 - Contract Terms & Condition's Required to Implement Statutes or Executive Orders - Commercial Items (October 2017) - See attachment for full text. M. Attached are the Federal Acquisition Regulations (FAR) and Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable. N. Offers will be accepted electronically, Submit via e-mail to the following: Great Plains Area Indian Health Service Andy Fields, Contract Specialist 115 4th Avenue SE, Room 309, Federal Building Aberdeen, South Dakota 57401 Fax 605-226-7669 e-mail: andrea.fields@ihs.gov Basis for award shall be based on the Lowest Price Technically Acceptable "LPTA" bid package. Questions in regards to this solicitation shall be submitted in writing by either email, fax, or email. The last day to submit questions is November 21, 2017 by 11:00 am CST. Contractors will need a DUNS number, TIN number, and be registered with SAM's at www.SAM.gov A Security pre-clearance must be performed for any employees referred to HIS through this contract. Fingerprints must be completed and adjudicated prior to services being performed under this contract. No contract award shall be made to any vendor or provider listed on the OIG Exclusion List http://exclusions.oig.hhs.gov throughout the duration of the contract. It shall be the responsibility of the contractor to notify the acquisition official if there is a change in provider. Performance of this contract will require routine access by employees of the Contractor of 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 system 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 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. site with electronic fingerprints capability is available form 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 the 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 clearance. Each security preclearance shall be conducted in advance of the start of performance to avoid delays caused by denial of access. If this is Time and Material, 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 clearance. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contractor price of no more than the cost of the extra investigation(s). 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 30 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-18-002/listing.html)
 
Place of Performance
Address: Fort Thompson Health Center, HWY 47, Fort Thompson, South Dakota, 57339, United States
Zip Code: 57339
 
Record
SN04738693-W 20171115/171113231234-e5862bbf605cc7773fa390c0243b8c64 (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  © 1994-2020, Loren Data Corp.