Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 04, 2020 SAM #6610
SOLICITATION NOTICE

Q -- Orthopedic Services-Lame Deer MT

Notice Date
1/2/2020 7:34:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
621111 — Offices of Physicians (except Mental Health Specialists)
 
Contracting Office
BILLINGS AREA INDIAN HEALTH SVC BILLINGS MT 59107 USA
 
ZIP Code
59107
 
Solicitation Number
RFQ-10-20-007-JPM
 
Response Due
1/12/2020 1:00:00 PM
 
Archive Date
01/27/2020
 
Point of Contact
James Mayotte, Phone: (406) 247-7352, Fax: (406) 247-7108
 
E-Mail Address
james.mayotte@ihs.gov
(james.mayotte@ihs.gov)
 
Description
Notice Information� Solicitation: RFQ-10-20-007-JPM Agency/Office: Indian Health Service Location: Billings Area Office Title: Orthopedic Services Provider at the Northern Cheyenne Service Unit, PHS Health Center, Lame Deer, Montana Description(s): 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 pursuant to the authority of (FAR) Subpart 13.5; FAR Subpart 12.6; and Subpart 37.4 - Nonpersonal Health Care Services. 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 Quotations RFQ-10-20-007-JPM. The solicitation is issued on an unrestricted basis. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-06. The associated North American Industry Classification System code is 621111 and the small business size standard is $12.0 million. PRICE SCHEDULE: Potential Contractors shall provide an all-inclusive rate for the �-day clinics for the base year and each subsequent option year. The Orthopedic Clinics will be (3) clinics each month, in the morning, which run between 4-6 hours. BASE YEAR � 01/01/2020 to 12/31/2021: 36 Clinics @ $____________________ per Clinic = $_________________________ OPTION YEAR ONE - 01/01/2021 to 12/31/2022: 36 Clinics @ $____________________ per Clinic = $_________________________ OPTION YEAR TWO - 01/01/2022 to 12/31/2023: 36 Clinics @ $____________________ per Clinic = $_________________________ OPTION YEAR THREE: 01/01/2023 to 12/31/2024: 36 Clinics @ $____________________ per Clinic = $_________________________ OPTION YEAR FOUR: 01/01/2024 to 12/31/2025: 36 Clinics @ $____________________ per Clinic = $_________________________ GRAND TOTAL: $_________________________ � PERIOD OF PERFORMANCE: The performance of this contract shall be for 12 months with four 12-month options. STATEMENT OF WORK: The purpose of this acquisition is to acquire Orthopedic Services at the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. The Contractor shall provide three �-day clinics per month during each 12-month term. The Orthopedic Clinics will run in the morning. There will be (3) clinics each month which run between 4-6 hours. �The clinic schedule will be coordinated with the Physical Therapist/Outreach Orthopedic Clinic Coordinator at the Northern Cheyenne Service Unit. MAJOR DUTIES: The Orthopedic Provider Services shall be provided to the Northern Cheyenne Service Unit, PHS Indian Health Center, Lame Deer, Montana. The purpose of the services is to provide comprehensive clinical medical care (education, prevention, curative, rehabilitative and emergency) at the scheduled Orthopedic Clinics. Examines and diagnosis orthopedic related conditions of individuals presenting themselves for care; refers individuals for consultation when appropriate; prescribes and carries out, therapy, in conformance with approved clinical privileges and Billings Area/Indian� Health Service policy. Educates individuals on the nature of health related conditions, recommended therapy, and the general promotion of health and prevention of illness/disease. Assists, as able, in the orthopedic medicine students and other health professionals. Makes necessary referrals for further assessment of orthopedic conditions. Informs appropriate personnel of Purchased Referred Care (PRC) admissions as it pertains to referrals. *Payment of PRC referrals back to the contractor for further/continued medical services are dependent upon PRC authorization with a purchase order from the appropriate ordering official, and rate of pay equal to the PRC reimbursement methodology. Records patient-provider transactions in the problem oriented medical record format and completes required data collection instruments, referrals, third party billing, and medical records as required. Refers patients and their families to NCSU Health Services personnel, as appropriate, for their continued care and follow-up. The Contractor must possess a thorough knowledge of the orthopedic medicine. He/she must possess a specialized knowledge of the concepts, principles and practices of emergency medical obtained through the successful completion of a course of study leading to a degree of Doctor of Medicine, Osteopathy, or Family Nurse Practitioner or Physician�s Assistant at an approved school, and the successful completion of postgraduate training in an approved residency program. The orthopedic physician must provide at least two of the �-day clinics each month during each 12-month term. The work involves all aspects of outpatient orthopedic care with patients who have an extremely wide variety of physical and emotional health problems. The orthopedic provider will perform services within their legal scope of practice and participate in the coordination of care with other healthcare providers. The orthopedic provider will have access to radiology services and treatment rooms suitable for seeing patients with orthopedic needs. Medical support will be provided by the Physical Therapy Department at the Service Unit. The Contractor will be required to complete peer reviews as requested by the Chief Medical Officer. Peer reviews will be completed by an orthopedic physician for an orthopedic physician and for a physician assistant by another physician assistant or orthopedic physician. The peer reviews will be reviewed by the Northern Cheyenne Service Unit Chief Medical Officer. The Contractor will be required to complete medical records in accordance with Northern Cheyenne Service Unit policies and procedures and AAAHC accreditation requirements. All reports will be placed in the patient's medical record at the Service Unit and at the Contractor's facility. The work may be complex, requiring consultation with other healthcare providers and specialists. The work requires simultaneous application of multiple knowledge, skills, and abilities in orthopedics. The purpose of the work is to provide direct patient care, which directly affects the health and well-being of individual patients, patient families and impacts the health status of the entire community served. Offsite services provided by the orthopedic group including surgeries, MRI and radiology services, or other procedures and urgent/emergent office visits and diagnostic testing, will be subject to approval by the Northern Cheyenne Service Unit Contract Care Committee and funded through the Contract Health Service Department. All radiology services that can be provided by the Service Unit prior to a visit will be performed in-house. The guidelines include Public Health Service, Indian Health Service, Billings Area Office, Service Unit and Outpatient Department staff regulations, policies and procedures. In nearly all cases, the orthopedic provider's professional judgment will be used for determining the care that is in the patient's best interest. Personal contacts are with patients, families of patients, medical officers and other health professionals, other ancillary employees, administrators and healthcare providers from the private sector. The purpose of the contacts is to obtain and exchange health information, resolve problems, educate, influence, and motivate individuals and groups to understand and accept recommended medical information, diagnosis, and treatment. The work involves standing, bending and lifting patients throughout the workday; and handling needles and medication for injection, which pose a risk for individual injury. Injuries could also result from physically handling patients or with working with patients that may be emotionally disoriented. The work is performed in an outpatient setting with continued exposure to patients having a variety of illnesses and communicable diseases. The Contractor may be subjected to adverse weather and hostile patients and/or their families. MEDICAL CREDENTIALS AND PRIVILEGES: Indian Health Service Manual Part 3, Chapter 1, describes the policy and procedures for the credentialing and clinical privileging of medical staff working in Indian Health Service (IHS) facilities. The policy and procedures can be accessed at http://www.ihs.gov/IHM/index.cfm?module=dsp_ihm_pc_p3c1. Contracted health care providers are subject to the same quality assurance, credentials, licensure, and qualification standards as required of IHS personnel. Health care providers, other than paraprofessionals, must be licensed in the United States, the District of Columbia, Puerto Rico, or a Territory of the United States to perform the contract services within IHS facilities. To verify active and inactive medical licenses, the attached certification statement must be completed and submitted for each physician being presented. GOVERNMENT FURNISHED PROPERTY: The IHS shall provide a clinic exam room, computer, telephone and any other equipment and supplies necessary to accomplish the services. 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 all contractors, volunteers, students, and summer externs. The Contractor will be required to comply with the Federal Information Processing Standards Publication (FIPS PUB) Number 201-2, ""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 Partner Interconnection Security Agreement (BPISA), should be coordinated with the Northern Cheyenne 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. Federal Tort Claims Act coverage for medical related claims is extended to the individuals providing orthopedic services. However, the services must have been performed within the scope of the contract. 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. SECURITY CLEARANCE: CHILD CARE NATIONAL AGENCY CHECK AND INVESTIGATION (CNACI). A Tier 2 with Child Care Check 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, requires the IHS to conduct a character and criminal history check on all contractors performing services in an Indian Health Service (IHS) facility. The character and background investigation will be initiated by the IHS, Northern Cheyenne Service Unit and conducted through the Office of Personnel Management, National Background Investigations Bureau. Electronic fingerprints and hard copy fingerprints are required must also be taken as part of the pre-employment process and must be completed prior to the contractor performing services for the IHS.�� Tier 2 (with a Subject Interview) Rates: Standard:� $1,550.00 Priority:� $1,674.00 This is a designated position covered by Public Law 101-647, 101-630, Crime Control Act of 1990, and the Indian Child Protection and Family Violence Prevention Act, requiring contact or control over Indian children. Contractors shall be required to complete, sign, and submit the Addendum to OF-306, Child Care & Indian Child Care Worker Position form. Due to this requirement, the agency shall ensure that persons hired for these positions have not been found guilty of or pleaded nolo contendere or guilty to certain crimes.�� Failure to comply with these statutes shall result in immediate removal. 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: The Contracting Officer's Representative (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 the contract. INVOICE SUBMISSION AND PAYMENT: The Contractor shall submit its invoice to the COR at the Northern Cheyenne Service Unit, P.O. Box 70, Lame Deer, Montana 59043. The Contractor agrees to include the following information on each invoice: (1) Contractor's name, physical and e-mail address and telephone number; (2) Contract Number; (3) Invoice number and date; (4) Cost or price; (5) Dates of Service; and (6) Remit to address. 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 provisions at 52.212-2 apply to this acquisition and are provided in full text below. 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, 52.212-1, 52.212-3, 52.212-4, 52.217-8, 52.217-9, 52.223-5, 52.223-6, 52.224-1, 52.224-2, 52.225-25, 52.227-14, 52.227-17, 52.228-5, 52.229-3, 52.232-11, 52.232-18, 52.232-39, 52.233-2, 52.237-2, 52.237-3, 52.242-15, 52.242-17, 352.203-70, 352.208-70, 352.215-70, 352.222-70, 352.223-70, 352.224-70, 352.224-71, 352.226-1, 352.226-2, 352.226-3, 352.227-70, 352.237-70, 352.237-71, 352.237-72, 352.237-73 and 352.237-74. The provisions and clauses may also be accessed electronically at https://www.acquisition.gov . 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: Company Past Performance = 50pts. 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. Current unrestricted License = ���������� 20pts Potential contractors must submit a copy of medical license (All previous licenses ever held, at a minimum, license numbers and the state). Experience = ��������������������������� 20pts. Include number of Years and Months for each previous job held. Resume/Curriculum Vitae = ��� 10pts. Resumes must include information relating to: (a) Professional Education; (b) Certifications; and (c) Previous jobs. Technical and past performance, when combined, are approximately equal. ������(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. (End of provision) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. (Aug 2019)� (a)�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 acquisitions of commercial items: ����_X__����(1)�52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ___��� (2)�52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). ___����(3)�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). �_X_���(4)�52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov�2015). �_X_���(5)�52.233-3, Protest After Award (Aug�1996) (31�U.S.C.�3553). �_X_����(6)�52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)�(Public Laws 108-77 and 108-78 (19�U.S.C.�3805 note)). ������(b)�The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ����������������� _X_�(1)�52.203-6, Restrictions on Subcontractor Sales to the Government (Sept�2006), with Alternate I (Oct�1995) (41�U.S.C.�4704�and�10�U.S.C.�2402). ������������ __�(2)�52.203-13, Contractor Code of Business Ethics and Conduct (Oct�2015) (41�U.S.C.�3509)). ������������__�(3)�52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June�2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) ����������� _X_�(4)�52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct�2018) (Pub. L. 109-282) (31�U.S.C.�6101�note). ������������__�(5)�[Reserved]. ������������__�(6)�52.204-14, Service Contract Reporting Requirements (Oct�2016) (Pub. L. 111-117, section 743 of Div. C). ������������_X_�(7)�52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct�2016) (Pub. L. 111-117, section 743 of Div. C). ������������_X_�(8)�52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct�2015) (31�U.S.C.�6101 note). ������������__�(9)�52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Oct�2018) (41�U.S.C. 2313). ������������__�(10)�[Reserved]. ���������� __�(11)�(i)�52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov�2011) (15�U.S.C.657a). ������������������__�(ii)�Alternate I (Nov�2011) of�52.219-3. ���������� __�(12)�(i)�52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct�2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15�U.S.C.�657a). ������������������__�(ii)�Alternate I (Jan�2011) of�52.219-4. ������������__�(13)�[Reserved] ���������� __�(14)�(i)�52.219-6, Notice of Total Small Business Set-Aside (Nov�2011) (15�U.S.C.644). ������������������__�(ii)�Alternate I (Nov�2011). ������������������__�(iii)�Alternate II (Nov�2011). ���������� __�(15)�(i)�52.219-7, Notice of Partial Small Business Set-Aside (June�2003) (15�U.S.C.�644). ������������������__�(ii)�Alternate I (Oct�1995) of�52.219-7. ������������������__�(iii)�Alternate II (Mar�2004) of�52.219-7. ���������� _X_�(16)�52.219-8, Utilization of Small Business Concerns (Oct�2018) (15�U.S.C.�637(d)(2)�and (3)). ���������� __�(17)�(i)�52.219-9, Small Business Subcontracting Plan (Aug�2018) (15�U.S.C.�637(d)(4)) ������������������__�(ii)�Alternate I (Nov�2016) of�52.219-9. ������������������__�(iii)�Alternate II (Nov�2016) of�52.219-9. ������������������__�(iv)�Alternate III (Nov�2016) of�52.219-9. ������������������__�(v)�Alternate IV (Aug 2018) of�52.219-9 ����������� __�(18)�52.219-13, Notice of Set-Aside of Orders (Nov�2011) (15�U.S.C.�644(r)). ����������� __�(19)�52.219-14, Limitations on Subcontracting (Jan�2017) (15�U.S.C.637(a)(14)). ������������__�(20)�52.219-16, Liquidated Damages-Subcontracting Plan (Jan�1999) (15�U.S.C.�637(d)(4)(F)(i)). ������������__�(21)�52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov�2011) (15�U.S.C.�657f). ������������_X_�(22)�52.219-28, Post Award Small Business Program Rerepresentation (Jul�2013) (15�U.S.C.�632(a)(2)). ������������__�(23)�52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec�2015) (15�U.S.C.�637(m)). ������������__�(24)�52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec�2015) (15�U.S.C.�637(m)). ����������_X_�(25)�52.222-3, Convict Labor (June�2003) (E.O.11755). ����������__�(26)�52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan�2018) (E.O.13126). ����������_X_�(27)�52.222-21, Prohibition of Segregated Facilities (Apr�2015). ����������_X_�(28)�(i)�52.222-26, Equal Opportunity (Sept�2016) (E.O.11246). ������������������__�(ii)�Alternate I (Feb�1999) of�52.222-26. ����������_X_�(29)�(i)�52.222-35, Equal Opportunity for Veterans (Oct�2015) (38�U.S.C.�4212). ������������������__�(ii)�Alternate I (July�2014) of�52.222-35. ����������_X_�(30)�(i)�52.222-36, Equal Opportunity for Workers with Disabilities (Jul�2014) (29�U.S.C.793). ������������������__�(ii)�Alternate I (July 2014) of�52.222-36. ����������_X_�(31)�52.222-37, Employment Reports on Veterans (Feb 2016) (38�U.S.C.�4212). ����������_X_�(32)�52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec�2010) (E.O. 13496). ����������_X_�(33)�(i)�52.222-50, Combating Trafficking in Persons (Jan�2019) (22�U.S.C.�chapter�78�and E.O. 13627). ������������������__�(ii)�Alternate I (Mar�2015) of�52.222-50�(22�U.S.C.�chapter 78�and E.O. 13627). ������������_X_�(34)�52.222-54, Employment Eligibility Verification (Oct 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in�22.1803.) ����������__�(35)�(i)�52.223-9, Estimate of Percentage of Recovered Material Content for EPA�Designated Items (May�2008) (42�U.S.C.�6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ������������������__�(ii)�Alternate I (May�2008) of�52.223-9�(42�U.S.C.�6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ������������__�(36)�52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun�2016) (E.O. 13693). ������������__�(37)�52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun2016) (E.O. 13693). ����������__�(38)�(i)�52.223-13, Acquisition of EPEAT�-Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514). ������������������__�(ii)�Alternate I (Oct�2015) of�52.223-13. ����������__�(39)�(i)�52.223-14, Acquisition of EPEAT�-Registered Televisions (Jun�2014) (E.O.s 13423 and 13514). ������������������__�(ii)�Alternate I (Jun�2014) of�52.223-14. ����������__�(40)�52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42�U.S.C.�8259b). ����������__�(41)�(i)�52.223-16, Acquisition of EPEAT�-Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ������������������__�(ii)�Alternate I (Jun�2014) of�52.223-16. ����������_X_�(42)�52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). ����������__�(43)�52.223-20, Aerosols (Jun�2016) (E.O. 13693). ����������__�(44)�52.223-21, Foams (Jun�2016) (E.O. 13693). ����������__�(45)�(i)�52.224-3�Privacy Training (Jan�2017) (5 U.S.C. 552 a). ������������������__�(ii)�Alternate I (Jan�2017) of�52.224-3. ����������__�(46)�52.225-1, Buy American-Supplies (May�2014) (41�U.S.C.�chapter�83). ����������__�(47)�(i)�52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May�2014) (41�U.S.C.�chapter�83,�19�U.S.C.�3301�note,�19�U.S.C.�2112�note,�19�U.S.C.�3805�note,�19�U.S.C.�4001�note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. ������������������__�(ii)�Alternate I (May�2014) of�52.225-3. ������������������__�(iii)�Alternate II (May�2014) of�52.225-3. ������������������__�(iv)�Alternate III (May�2014) of�52.225-3. ������������__�(48)�52.225-5, Trade Agreements (Aug 2018) (19�U.S.C.�2501,�et seq.,�19�U.S.C.�3301�note). ������������_X_�(49)�52.225-13, Restrictions on Certain Foreign Purchases (June�2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ������������__�(50)�52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct�2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008;�10�U.S.C. 2302�Note). ������������__�(51)�52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov�2007) (42�U.S.C.�5150). ������������__�(52)�52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov�2007) (42�U.S.C.�5150). ������������__�(53)�52.232-29, Terms for Financing of Purchases of Commercial Items (Feb�2002) (41�U.S.C.4505,�10�U.S.C.2307(f)). ������������__�(54)�52.232-30, Installment Payments for Commercial Items (Jan�2017) (41�U.S.C.4505,�10�U.S.C.2307(f)). ������������_X_�(55)�52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct�2018) (31�U.S.C.�3332). ������������__�(56)�52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul�2013) (31 U.S.C.3332). �����������__�(57)�52.232-36, Payment by Third Party (May�2014) (31�U.S.C.3332). �����������__�(58)�52.239-1, Privacy or Security Safeguards (Aug�1996) (5�U.S.C.�552a). ����������__�(59)�52.242-5, Payments to Small Business Subcontractors (Jan�2017)�(15�U.S.C.�637(d)(13)). ����������__�(60)�(i)�52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb�2006) (46�U.S.C.�Appx.�1241(b)�and�10�U.S.C.�2631). ������������������__�(ii)�Alternate I (Apr�2003) of�52.247-64. ������������������__�(iii)�Alternate II (Feb�2006) of�52.247-64. ������(c)�The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ������������__�(1)�52.222-17, Nondisplacement of Qualified Workers (May�2014)(E.O. 13495). ������������_X_�(2)�52.222-41, Service Contract Labor Standards (Aug�2018) (41�U.S.C.�chapter�67). ������������_X_�(3)�52.222-42, Statement of Equivalent Rates for Federal Hires (May�2014) (29�U.S.C.�206�and�41�U.S.C.�chapter 67). ������������__�(4)�52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Opt����������__�(8)�52.222-55, Minimum Wages Under Executive Order 13658 (Dec�2015). ������������__�(9)�52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan�2017) (E.O. 13706). ������������__�(10)�52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May�2014) (42�U.S.C.�1792). ������(d)�Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at�52.215-2, Audit and Records-Negotiation. �����������(1)�The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor�s directly pertinent records involving transactions related to this contract. �����������(2)�The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR�subpart� 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. �����������(3)�As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. ������(e)�(1)�Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- ����������������(i)�52.203-13, Contractor Code of Business Ethics and Conduct (Oct�2015) (41�U.S.C.�3509). ����������������(ii)�52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). ����������������(iii)�52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018) (Section 1634 of Pub. L. 115-91). ����������������(iv)�52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232). ����������������(v)�52.219-8,�Utilization�of Small Business Concerns (Oct�2018) (15�U.S.C.637(d)(2)�and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include�52.219-8�in lower tier subcontracts that offer subcontracting opportunities. ����������������(vi)�52.222-17,�Nondisplacement�of Qualified Workers (May�2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause�52.222-17. ����������������(vii)�52.222-21,�Prohibition�of Segregated Facilities (Apr�2015). ����������������(viii)�52.222-26,�Equal�Opportunity (Sept�2015) (E.O.11246). ����������������(ix)�52.222-35,�Equal�Opportunity for Veterans (Oct�2015) (38�U.S.C.4212). ����������������(x)�52.222-36,�Equal�Opportunity for Workers with Disabilities (Jul�2014) (29�U.S.C.793). ����������������(xi)�52.222-37,�Employment�Reports on Veterans (Feb�2016) (38�U.S.C.4212) ����������������(xii)�52.222-40,�Notification�of Employee Rights Under the National Labor Relations Act (Dec�2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause�52.222-40. ����������������(xiii)�52.222-41,�Service�Contract Labor Standards (Aug�2018) (41�U.S.C.�chapter�67). ����������������(xiv)�(A)�52.222-50,�Combating�Trafficking in Persons (Jan�2019) (22�U.S.C.�chapter�78�and E.O 13627). ���������������������(B)�Alternate I (Mar�2015) of�52.222-50(22�U.S.C.�chapter�78 and E.O 13627). ����������������(xv)�52.222-51,�Exemption�from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May�2014) (41�U.S.C.�chapter�67). ����������������(xvi)�52.222-53,�Exemption�from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May�2014) (41�U.S.C.�chapter�67). ����������������(xvii)�52.222-54,�Employment�Eligibility Verification (Oct 2015) (E.O. 12989). ����������������(xviii)�52.222-55,�Minimum�Wages Under Executive Order 13658 (Dec�2015). ����������������(xix)�52.222-62,�Paid�Sick Leave Under Executive Order 13706 (Jan�2017) (E.O. 13706). ����������������(xx)(A)�52.224-3,�Privacy�Training (Jan�2017) (5�U.S.C.�552a). ���������������������(B)�Alternate I (Jan�2017) of�52.224-3. ����������������(xxi)�52.225-26,�Contractors�Performing Private Security Functions Outside the United States (Oct�2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008;�10�U.S.C. 2302 Note). ����������������(xxii)�52.226-6,�Promoting�Excess Food Donation to Nonprofit Organizations (May�2014) (42�U.S.C.�1792). Flow down required in accordance with paragraph (e) of FAR clause�52.226-6. ����������������(xxiii)�52.247-64,�Preference�for Privately Owned U.S.-Flag Commercial Vessels (Feb�2006) (46�U.S.C. Appx.1241(b)�and�10�U.S.C.2631). Flow down required in accordance with paragraph (d) of FAR clause�52.247-64. ��������������� (2)�While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 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. 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 November 20, 2019. 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's name and address. Offers will be accepted by e-mail at James.Mayotte@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 RFP. 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. Primary Point of Contact: James Mayotte, Contract Specialist james.mayotte@ihs.gov Phone: 406.247.7352 Fax: 406.247.7108 Contracting Office Address: 2900 4th Avenue North PO Box 36600 Billings, Montana 59107
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/68d281b990bd4911af4eb5569ecdd4ff/view)
 
Place of Performance
Address: Lame Deer, MT 59043, USA
Zip Code: 59043
Country: USA
 
Record
SN05525804-F 20200104/200102230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.