Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 25, 2018 FBO #6180
SOLICITATION NOTICE

Q -- Urgent Care Medical Doctor Services - Package #1

Notice Date
10/23/2018
 
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-19-002
 
Archive Date
11/15/2018
 
Point of Contact
Nichole R. Lerew, Phone: 6052267567
 
E-Mail Address
nichole.lerew@ihs.gov
(nichole.lerew@ihs.gov)
 
Small Business Set-Aside
Indian Small Business Economic Enterprises
 
Description
RFQ-19-002 Package 3 of 3 RFQ-19-002 Package 2 of 3 RFQ-19-002 Package 1 of 3 A.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. 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 (IHS) intends to award a firm-fixed price, non-personal healthcare service, requirement type contract, commercial item, in response to Request for Quote (RFQ) 19-002. 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. C.This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100. D.This RFQ is an Indian Small Business Economic Enterprise (ISBEE) set-aside. Under the Buy Indian Act, 25 U.S.C.47, offers are solicited only from Indian economic enterprises that are also small business concerns. Any acquisition resulting from this solicitation will be from such a concern. Offers received from enterprises that are not both Indian economic enterprises and small business concerns will not be considered and will be rejected. NAICS Code is 621111, which has a small business standard of $11.0. E.The unit pricing must be all inclusive (to include but not be limited to travel, lodging, per diem, fringe benefits, federal, state and local taxes) plus all other costs pertinent to the performance of this contract. Utilize your most competitive and reasonable rates. 8,760 hours @ $________per hour, totaling $______________. F.Urgent Care Medical Doctor G.Services will be provided at the Sioux San PHS, IHS Hospital, Rapid City, South Dakota. The period of performance will be for one year from the Date of Award. H.FAR 52.212-1 Instructions to Offerors-Commercial Items (August 2018). Quotes shall be submitted on company letterhead stationery. Signed and dated. And it shall include: 1.Solicitation number RFQ-19-001. 2.Closing Date: October 31, 2018 at 3:00 pm CT 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 completed copy of the representations and certifications at FAR 52.212-3 9.Acknowledgment of Solicitation Amendments (if any issued) 10.Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and 11.Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers 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: •Name and phone number of three (3) professional references. •Shall meet the qualifications in the Statement of Work and provide copies of requested documents. •Complete and sign Child Care Position Provisional Authorization •Complete and sign the Declaration for Federal Employment - Optional Form 306. •Complete and sign Addendum to Declaration for Federal Employment (OF306). •Complete and sign Licensure Requirement Form. •Copy of malpractice insurance coverage. •Copy of BLS, ACLS, ATLS and PALS certificates. •The candidate must have received the degree from an accredited college or university in the specialty training required for licensure. I.FAR 52.212-2 Evaluation-Commercial Items (October 2014). See attachment for full text and instructions. J.FAR 52.212-3 Offer Representations and Certifications-Commercial Items (August 2018) See attachment for full text. K.FAR 52.212-4 Contract Terms and Conditions-Commercial Item (January 2017) Applied to this acquisition and it's incorporated by reference. L.FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (August 2018) See attachment for full text. M.Attached are the Federal Acquisition Regulations (FAR) & Health & Human Services Acquisition Regulation (HHSAR) clauses that are applicable. N.Submit proposal to: Aberdeen Area Indian Health Service Attn: Nichole Lerew, Supervisory Contract Specialist 115 4th Ave. SE, Room 309 Aberdeen, SD 57401 Or fax to 605-226-7669 or email nichole.lerew@ihs.gov Questions in regards to this solicitation shall be submitted in writing by either email, fax or mail. The last day to submit questions is October 25, 2018. A security pre-clearance must be performed for any employees referred to IHS 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 or 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 systems 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 Personnel 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. sites with electronic fingerprint capability is available from 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 they 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 fingerprint clearance. Each security preclearance shall be conducted sufficiently in advance of the start of performance to avoid delays caused by denial of access. If this is a Time and Materials, 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 clearances. However, multiple investigations for the same position may, at the Contracting Officer's discretion, lead to reduction(s) in the contract price of no more than the cost of the extra investigation(s). ACCEPTANCE PERIOD: Your quote 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 60 days from the date of receipt by the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/IHS/IHS-ABE/RFQ-19-002/listing.html)
 
Place of Performance
Address: 3200 Canyon Lake Drive, Rapid City, South Dakota, 57702, United States
Zip Code: 57702
 
Record
SN05131773-W 20181025/181023230425-59b77d3cc952fdb9ba25a3f8b9bcc444 (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.